123
1 1 ]]’ REPUBLIC OF KENYA MINISTRY OF DEVOLUTION AND ASAL State Department of Devolution EUROPEAN UNION COUNTY GOVERNMENT OF UASIN GISHU SUPPLY ,DELIVERY, INSTALLATION AND COMMISSIONING OF 4 COLD ROOM EQUIPMENT FOR KIMUMU BAHATI WHOLESALE MARKET TENDER NO: CGU/EU/T/001/2020/2021 IFMIS NEGOTIATION NUMBER: 865765 FORM OF BID APPENDIX TO INSTRUCTION TO BIDDERS FORM OF BID SECURITY INSTRUCTIONS TO BIDDERS CONDITIONS OF CONTRACT SCHEDULES OF SUPPLEMENTARY INFORMATION FORM OF AGREEMENT FORM OF PERFORMANCE SECURITY SPECIAL SPECIFICATIONS CLOSING 28 TH APRIL 2021 CHIEF OFFICER TRADE AND INDUSTRIALIZATION UASIN GISHU COUNTY P.O.BOX 40-30100 ELDORET.

COUNTY GOVERNMENT OF UASIN GISHU

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: COUNTY GOVERNMENT OF UASIN GISHU

1

1

]]’

REPUBLIC OF KENYA

MINISTRY OF DEVOLUTION AND ASAL State Department of Devolution EUROPEAN UNION

COUNTY GOVERNMENT OF UASIN GISHU

SUPPLY ,DELIVERY, INSTALLATION AND COMMISSIONING OF 4 COLD ROOM

EQUIPMENT FOR KIMUMU BAHATI WHOLESALE MARKET

TENDER NO: CGU/EU/T/001/2020/2021

IFMIS NEGOTIATION NUMBER: 865765

FORM OF BID

APPENDIX TO INSTRUCTION TO BIDDERS

FORM OF BID SECURITY

INSTRUCTIONS TO BIDDERS

CONDITIONS OF CONTRACT

SCHEDULES OF SUPPLEMENTARY INFORMATION

FORM OF AGREEMENT

FORM OF PERFORMANCE SECURITY

SPECIAL SPECIFICATIONS

CLOSING 28TH APRIL 2021

CHIEF OFFICER

TRADE AND INDUSTRIALIZATION

UASIN GISHU COUNTY

P.O.BOX 40-30100

ELDORET.

Page 2: COUNTY GOVERNMENT OF UASIN GISHU

2

2

TABLE OF CONTENTS

PAGE

INTRODUCTION……………………………… 1 SECTION I INVITATION FOR TENDERS……………… 2 SECTION II INSTRUCTIONS TO TENDERERS…………………………………. 3 – 19 SECTION III APPENDIX TO INSTRUCTIONS TO TENDERERS …………………………… 20 SECTION IV CONDITIONS OF CONTRACT, FOR

ELECTRICAL AND MECHANICAL WORKS (INCLUDING ERECTION

ON SITE) ……………………………………… 21 – 28 SECTION V SPECIFICATIONS…………………………… 29 – 30 SECTION VI DRAWINGS…………………………………… 31 SECTION VII BILLS OF QUANTITIES…………………… 32 – 36 SECTION VIII STANDARD FORMS………………………… 37– 54

Page 3: COUNTY GOVERNMENT OF UASIN GISHU

3

3

INTRODUCTION

1.1 This standard tender document for procurement of works has been prepared for use by procuring

entities in Kenya in the procurement of works (i.e Electrical and Mechanical Works – Including Erection on Site)

1.2 The following guidelines should be observed when using the document:-

(a) Specific details should be furnished in the tender notice and in the special conditions of contract (where applicable). The tender document issued to tenderers should not have blank spaces or options.

(b) The instructions to tenderers and the General Conditions of Contract should remain unchanged. Any

necessary amendments to these parts should be made through Appendix to instructions to tenderers and special conditions of contract respectively.

1.3 (a) Information contained in the invitation to tender shall conform to the data and information in the

tender documents to enable prospective tenderers to decide whether or not to participate in the tender and shall indicate any important tender requirements

(b) The invitation to tender shall be as an advertisement in accordance

With the regulations or a letter of invitation addressed to tenderers who have been prequalified following a request for prequalification.

1.4 This document is based on PART 1 of the third Edition of the International Federation of Consulting Engineers

(Federation International des Ingenious Con Sails – FIDIC) Conditions of Contract for Electrical and Mechanical Works, 1987 (reprinted May 1988 with Editorial Amendments).

1.5 The cover of the tender document should be modified to include:-

i. Tender number. ii. Tender name.

iii. Name of procuring entity. iv. Delete name and address of PPOA

Page 4: COUNTY GOVERNMENT OF UASIN GISHU

4

4

SECTION 1

INVITATION FOR TENDERS

DAT 22/03/2021

Tender reference No. (CGU/EU/T/001/2020/2021) Tender Name (SUPPLY ,DELIVERY, INSTALLATION AND COMMISSIONING OF 4 COLD ROOM EQUIPMENT FOR KIMUMU BAHATI WHOLESALE MARKET) 1.1 The County government of Uasin Gishu invites sealed tenders for the Supply, Delivery ,Installation and

Commissioning of 4 cold rooms equipment in Kimumu bahati Market 1.2 Interested eligible candidates may obtain further information and inspect tender documents (and additional

copies) at (name, address and physical location of the procuring entity including relevant office) during normal working hours.

1.3 A complete set of tender documents may be downloaded free of charge by interested candidates from the county website: www.uasingishu.go.ke and/or the IFMIS tender portal: www.supplier.treasury.go.ke using the IFMIS unique negotiation number indicated above.

1.4 Prices quoted should be net inclusive of all taxes, and must be in Kenya Shillings and shall remain valid for 120

days from the closing date of the tender. 1.5 Completed tender documents MUST be submitted through the IFMIS portal www.supplier.treasury.go.ke as per

requirements contained in the document so as to be received on or before the date and time indicated in the IFMIS portal.

Director Supply chain management For Accounting Officer Trade and Industrialization

SECTION II:

INSTRUCTIONS TO TENDERERS

Page 5: COUNTY GOVERNMENT OF UASIN GISHU

5

5

TABLE OF CLAUSES CLAUSE NUMBERS PAGE DESCRIPTION GENERAL 1. Definitions ………………………………………………… 5 2. Eligibility and Qualification Requirements ……….. 5 -6 3. Cost of Tendering ……………………………………….. 7 4. Site Visit ………………………………………………….. 7

TENDER DOCUMENTS

5. Tender Documents …………………………………….. 7 - 8 6. Clarification of Tender Documents ………………… 8 7. Ammendments of Tender Documents ……………. 8 - 9

PREPARATION OF TENDER

8. Language of Tender …………………………………… 9 9. Documents Comprising the Tender ……………….. 9 10. Tender Prices …………………………………………… 9 - 10 11. Currencies of Tender and Payment ……………….. 10 - 11 12. Tender Validity …………………………………………. 11 13. Tender Surety ………………………………………….. 11 - 12 14. No Alternative Offers ………………………………….. 12 15. Pre-tender meeting ……………………………………… 12 - 13 16. Format and Signing of Tenders ………………………… 13

SUBMISSION OF TENDERS

17. Sealing and Marking of Tenders …………………… 13 - 14 18. Deadline and Submission of Tenders ……………. 14 19. Modification and Withdrawal of Tenders ………… 14 – 15

TENDER OPENING AND EVALUATION

20. Tender Opening ……………………………………… 15 21. Process to be Confidential ………………………… 15 22. Clarification of Tenders ……………………………. 16 PAGE 23. Determination of Responsiveness …………………………………… 16 24. Correction of Errors …………………………………………………….. 16 - 17 25. Conversion to Single Currency ……………………………………….. 17

Page 6: COUNTY GOVERNMENT OF UASIN GISHU

6

6

26. Evaluation and Comparison of Tenders …………………………….. 17 - 18

AWARD OF CONTRACT

27. Award ……………………………………………………………… 18 28. Notification of Award …………………………………………………….. 18 - 19 29. Performance Guarantee …………………………………………………. 19 30. Advance Payment ………………………………………………………. 19

Appendix to Instructions to Tenderers ……………………………….. 20

Page 7: COUNTY GOVERNMENT OF UASIN GISHU

7

7

INSTRUCTION TO TENDERERS Note: The tenderer must comply with the following conditions and instructions and failure to do so is liable to result in rejection of the tender. GENERAL 1. Definitions

(a) “Tenderer” means any person or persons partnership firm or company submitting a sum or sums in the Bills of Quantities in accordance with the Instructions to Tenderers, Conditions of Contract Parts I and II, Specifications, Drawings and Bills of Quantities for the work contemplated, acting directly or through a legally appointed representative.

(b) “Approved tenderer” means the tenderer who is approved by the Employer.

(c) Any noun or adjective derived from the word “tender” shall be read and construed to mean the

corresponding form of the noun or adjective “bid”. Any conjugation of the verb “tender” shall be read and construed to mean the corresponding form of the verb “bid.”

(d) “Employer” means a Central Government Ministry, Local Authority, State Corporation or any other

Public Institution. 2. Eligibility and Qualification Requirements

2.1 This invitation to tender is open to all tenderers who are eligible as stated in the appendix. 2.2 The procuring entity’s employees, committee members, board members and their relative (spouse and

children) are not eligible to participate in the tender.

2.3 To be qualified for award of Contract, the tenderer shall provide evidence satisfactory to the Employer of their eligibility under Sub clause 2.1 above and of their capability and adequacy of resources to effectively carry out the subject Contract. To this end, the tenderer shall be required to update the following information already submitted during prequalification:-

(a) Details of experience and past performance of the tenderer on the works of a similar nature

within the past five years and details of current work on hand and other contractual commitments.

(b) The qualifications and experience of key personnel proposed for administration and execution

of the contract, both on and off site.

(c) Major items of construction plant and equipment proposed for use in carrying out the Contract. Only reliable plant in good working order and suitable for the work required of it shall be shown on this schedule. The tenderer will also indicate on this schedule when each item will be available on the Works. Included also should be a schedule of plant, equipment and material to be imported for the purpose of the Contract, giving details of make, type, origin and CIF value as appropriate.

Page 8: COUNTY GOVERNMENT OF UASIN GISHU

8

8

(d) Details of subcontractors to whom it is proposed to sublet any portion of the Contract and for

whom authority will be requested for such subletting in accordance with clause 4 of the Conditions of Contract.

(e) A draft Program of Works in the form of a bar chart and Schedule of Payment which shall form

part of the Contract if the tender is accepted. Any change in the Program or Schedule shall be subjected to the approval of the Engineer.

(f) Details of any current litigation or arbitration proceedings in which the Tenderer is involved as

one of the parties.

2.4 Joint Ventures

Tenders submitted by a joint venture of two or more firms as partners shall comply with the following requirements:- (a) The tender, and in case of a successful tender, the Form of Agreement, shall be signed so as to be

legally binding on all partners.

(b) One of the partners shall be nominated as being in charge; and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners.

(c) The partner in charge shall be authorized to incur liabilities and receive instructions for and on

behalf of any and all partners of the joint venture and the entire execution of the Contract including payment shall be done exclusively with the partner in charge.

(d) All partners of the joint venture shall be liable jointly and severally for the execution of the

Contract in accordance with the Contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (b) above as well as in the Form of Tender and the Form of Agreement (in case of a successful tender).

(e) A copy of the agreement entered into by the joint venture partners shall be submitted with the tender.

2.5 To quality for contract awards, the tenderer shall have the following:

(a) Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured.

(b) Legal capacity to enter into a contract for procurement (c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is not

the subject of legal proceedings relating o the foregoing. (d) Shall not be debarred from participating in public procurement.

3. Cost of Tendering

Page 9: COUNTY GOVERNMENT OF UASIN GISHU

9

9

3.1 The tenderer shall bear all costs associated with the preparation and submission of his tender and the Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process.

3.2 The price to be charged for the tender document shall not exceed Kshs.5,000/=

3.3 The procuring entity shall allow the tenderer to view the tender document free of charge before

purchase. 4. Site Visit

4.1 The tenderer is advised to visit and examine the Site and its surroundings and obtain for himself on his own responsibility, all information that may be necessary for preparing the tender and entering into a contract. The costs of visiting the Site shall be the tenderer’s own responsibility.

4.2 The tenderer and any of his personnel or agents will be granted permission by the Employer to enter

upon premises and lands for the purpose of such inspection, but only upon the express condition that the tenderer, his personnel or agents, will release and idemnify the Employer from and against all liability in respect of, and will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, costs and expenses however caused, which but for the exercise of such permission, would not have arisen.

4.3 The Employer shall organize a site visit at a date to be notified. A representative of the Employer will be

available to meet the intending tenderers at the Site.

Tenderers must provide their own transport. The representative will not be available at any other time for site inspection visits. Each tenderer shall complete the Certificate of Tenderer’s Visit to the Site, whether he in fact visits the Site at the time of the organized site visit or by himself at some other time.

TENDER DOCUMENTS 5. Tender Documents

5.1 The Tender documents comprise the documents listed herebelow and should be read together with any Addenda issued in accordance with Clause 7 of these instructions to tenderers.

a. Form of Invitation for Tenders b. Instructions to Tenderers c. Form of Tender d. Appendix to Form of Tender e. Form of Tender Surety f. Statement of Foreign Currency Requirements g. Form of Performance Security h. Form of Agreement i. Form of Advance payment Bank Guarantee j. Schedules of Supplementary Information k. General Conditions of Contract – Part I l. Conditions of Particular Application – Part II

Page 10: COUNTY GOVERNMENT OF UASIN GISHU

10

10

m. Specifications n. Bills of Quantities o. Drawings p. Declaration Form

5.2 The tenderer is expected to examine carefully all instructions, conditions, forms, terms, specifications and drawings in the tender documents. Failure to comply with the requirements for tender submission .

5.3 will be at the tenderer’s own risk. Pursuant to clause 22 of Instructions to Tenderers, tenders which are not substantially responsive to the requirements of the tender documents will be rejected.

5.4 All recipients of the documents for the proposed Contract for the purpose of submitting a tender

(whether they submit a tender or not) shall treat the details of the documents as “private and confidential”.

6. Inquiries by tenderers

6.1 A tenderer making inquiries relating to the tender documents may notify the Employer in writing or by telex, cable or facsimile at the Employer’s mailing address indicated in the Invitation to Tender. The Employer will respond in writing to any request for clarification which he receives earlier than 7 days prior to the deadline for the submission of tenders. Written copies of the Employer’s response (including the query but without identifying the source of the inquiry) will be sent to all prospective tenderers who have purchased the tender documents.

6.2 Clarification of tenders shall be requested by the tenderer to be received by the procuring entity not

later than 7 days prior to the deadline for submission of tenders.

6.3 The procuring entity shall reply to any clarifications sought by the tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender.

7. Amendment of Tender Documents

7.1 At any time prior to the deadline for submission of tenders the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective tenderer, modify the tender documents by issuing Addenda.

7.2 Any Addendum will be notified in writing or by cable, telex or facsimile to all prospective tenderers who

have purchased the tender documents and will be binding upon them.

7.3 In order to allow prospective tenderers reasonable time in which to take the Addendum into account in

preparing their tenders, the Employer may, at his discretion, extend the deadline for the submission of tenders.

PREPARATION OF TENDERS

Page 11: COUNTY GOVERNMENT OF UASIN GISHU

11

11

8. Language of Tender

8.1 The tender and all correspondence and documents relating to the tender exchanged between the tenderer and the Employer shall be written in the English language. Supporting documents and printed literature furnished by the tenderer with the tender may be in another language provided they are accompanied by an appropriate translation of pertinent passages in the above stated language. For the purpose of interpretation of the tender, the English language shall prevail.

9. Documents Comprising the Tender

9.1 The tender to be prepared by the tenderer shall comprise:- i. The form of tender and appendix thereto.

ii. A tender security. iii. The priced Bill of Quantity and Schedule. iv. The information on eligibility and qualification. v. Any other materials required to be completed and submitted in accordance with the instructions to

tenderers.

The Forms, Bills of Quantities and Shedules provided in the tender documents shall be used without exception (subject to extensions of the schedules in the same format and to the provisions of clause 13.2 regarding the alternative forms of Tnder Surety].

10. Tender Prices

10.1 All the insertions made by the tenderer shall be made in INK and the tenderer shall clearly form the figures. The relevant space in the Form of Tender and Bills of Quantities shall be completed accordingly without interlineations or erasures except those necessary to correct errors made by the tenderer in which case the erasures and interlineations shall be initialed by the person or persons signing the tender.

10.2 A price or rate shall be inserted by the tenderer for every item in the Bills of Quantities whether the

quantities are stated or not items against which no rate or price is entered by the tenderer will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bills of Quantities. The prices and unit rates in the Bills of Quantities are to be the full [all-inclusive] value of the work described under the items, including all costs and expenses which may be necessary and all general risks, liabilities and obligations set forth or implied in the documents on which the tender is based. All duties and taxes and other levies payable by the Contractor under the Contract or for any other cause prior to the deadline for the submission of tenders, shall be included in the rates and prices and the total tender prices submitted by the Tenderer. Each price or unit rate inserted in the Bills of Quantities should be a realistic estimate for completing the activity or activities described under that particular item and the tenderer is advised against inserting a price or rate against any item contrary to this instruction. Every rate entered in the Bills of Quantities, whether or not such rate be associated with a quantity, shall form part of the Contract. The Employer shall have the right to call for any item of work contained in

Page 12: COUNTY GOVERNMENT OF UASIN GISHU

12

12

the Bills of Quantities, and such items of work to be paid for at the rate entered by the tenderer and it is the intention of the Employer to take full advantage of unbalanced low rates.

10.3 Unless otherwise specified the tenderer must enter the amounts representing 10% of the sub-total of the summary of the Bills of Quantities for Contingencies and Variation of Prices[V.O.P.] payments in the summary sheet and add them to the sub-total to arrive at the tender amount.

10.4 The tenderer shall furnish with his tender written confirmation from his suppliers or manufacturers of

unit rates for the supply of items listed in the Conditions of Contract clause 47 where appropriate.

10.5 The rates and prices quoted by the tenderer are subject to adjustment during the performance of the Contract only in accordance with the provisions of the Conditions of Contract. The tenderer shall complete the schedule of basic rates and shall submit with his tender such other supporting information as required under clause 47 of the Conditions of Contract Part II.

11. Currencies of Tender and Payment

11.1 Tenders shall be priced in Kenya Shillings and the tender sum shall be in Kenya Shillings. 11.2 Tenderers are required to indicate in the Statement of Foreign Currency Requirements, which forms

part of the tender, the foreign currency required by them. Such currency should generally be the currency of the country of the tenderer’s main office. However, if a substantial portion of the tenderer’s expenditure under the Contract is expected to be in countries other than his country of origin, then he may state a corresponding portion of the contract price in the currency of those other countries. However, the foreign currency element is to be limited to two (2) different currencies and a maximum of 30% (thirty percent) of the Contract Price.

11.3 The rate or rates of exchange used for pricing the tender shall be selling rate or rates of the Central Bank

ruling on the date thirty (30) days before the final date for the submission of tenders.

11.4 Tenderers must enclose with their tenders, a brief justification of the foreign currency requirements stated in their tenders.

12. Tender Validity

12.1 The tender shall remain valid and open for acceptance for a period of sixty (60) days from the specified

date of tender opening or from the extended date of tender opening (in accordance with clause 7.4 here above) whichever is the later.

12.2 In exceptional circumstances prior to expiry of the original tender validity period, the Employer may

request the tenderer for a specified extension of the period of validity. The request and the responses thereto shall be made in writing or by cable, telex or facsimile. A tenderer may refuse the request without forfeiting his Tender Surety. A tenderer agreeing to the request will not be required nor permitted to modify his tender, but will be required to extend the validity of his Tender Surety correspondingly.

13. Tender Security

Page 13: COUNTY GOVERNMENT OF UASIN GISHU

13

13

13.1 The tenderer shall furnish as part of his tender, a Tender Security in the amount and form stated in the Appendix to Instructions to Tenderers.

13.2 The tender security shall not exceed 2 percent of the tender price. 13.3 The tender security shall be valid for at least thirty (30) days beyond the tender validity period.

The format of the Surety shall be in accordance with the sample form of Tender Surety included in these tender documents; other formats may be permitted subject to the prior approval of the Employer. The Tender Surety shall be valid for thirty (30) days beyond the tender validity period.

13.4 Any tender not accompanied by an acceptable Tender Surety will be rejected by the Employer as non-

responsive.

13.5 The Tender Sureties of unsuccessful tenderers will be returned as promptly as possible but not later than fourteen (14) days after concluding the Contract execution and after a Performance Security has been furnished by the successful tenderer. The Tender Surety of the successful tenderer will be returned upon the tenderer executing the Contract and furnishing the required Performance Security.

13.6 The Tender Surety may be forfeited:

(a) if a tenderer withdraws his tender during the period of tender validity: or

(b) in the case of a successful tenderer, if he fails

(i) to sign the Agreement, or (ii) to furnish the necessary Performance Security

(c) if a tenderer does not accept the correction of his tender price pursuant to clause 23.

14. No Alternative Offers

14.1 The tenderer shall submit an offer which complies fully with the requirements of the tender documents

unless otherwise provided for in the appendix.

Only one tender may be submitted by each tenderer either by himself or as partner in a joint venture. 14.2 The tenderer shall not attach any conditions of his own to his tender. The tender price must be based

on the tender documents. The tenderer is not required to present alternative construction options and he shall use without exception, the Bills of Quantities as provided, with the amendments as notified in tender notices, if any, for the calculation of his tender price.

Any tenderer who fails to comply with this clause will be disqualified.

15. Pre-Tender Meeting

15.1 If a pre tender meeting is convened the tenderer’s designated representative is invited to attend a pre-

Page 14: COUNTY GOVERNMENT OF UASIN GISHU

14

14

tender meeting, which if convened, will take place at the venue and time stated in the Invitation to Tender. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

15.2 The tenderer is requested as far as possible to submit any questions in writing or by cable, to reach the

Employer not later than seven days before the meeting. It may not be practicable at the meeting to answer questions received late, but questions and responses will be transmitted in accordance with the following:

(a) Minutes of the meeting, including the text of the questions raised and the responses given

together with any responses prepared after the meeting, will be transmitted without delay to all purchasers of the tender documents. Any modification of the tender documents listed in -–Clause 9 which may become necessary as a result of the pre-tender meeting shall be made by the Employer exclusively through the issue of a tender notice pursuant to Clause 7 and not through the minutes of the pre-tender meeting.

(b) Non attendance at the pre-tender meeting will not be cause for disqualification of a bidder. 16. Format and Signing of Tenders

16.1 The tenderer shall prepare his tender as outlined in clause 9 above and mark appropriately one set

“ORIGINAL” and the other “COPY”. 16.2 The copy of the tender and Bills of Quantities shall be typed or written in indelible ink and shall be

signed by a person or persons duly authorized to sign on behalf of the tenderer. All pages of the tender where amendments have been made shall be initialed by the person or persons signing the tender.

16.3 The complete tender shall be without alterations, interlineations or erasures, except as necessary to

correct errors made by the tenderer, in which case such corrections shall be initialed by the person of persons signing the tender.

SUBMISSION OF TENDERS

17. Sealing and Marking of Tenders

17.1 The tenderer shall seal the original and copy of the tender in separated envelopes, duly marking the

envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be sealed in an outer envelope. 17.2 The inner and outer envelopes shall be addressed to the Employer at the address stated in the Appendix

to Instructions to Tenderers and bear the name and identification of the Contract stated in the said Appendix with a warning not to open before the date and time for opening of tenders stated in the said Appendix.

17.3 The inner envelopes shall each indicated the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”, while the outer envelope shall bear no mark indicating the identity of the tenderer.

Page 15: COUNTY GOVERNMENT OF UASIN GISHU

15

15

17.4 If the outer envelope is not sealed and marked as instructed above, the Employer will assume no responsibility for the misplacement or premature opening of the tender. A tender opened prematurely for this cause will be rejected by the Employer and returned to the tenderer.

18 Deadline for Submission of Tenders

18.1 Tenders must be received by the Employer at the address specified in clause 17.2 and on the date and

time specified in the Letter of Invitation, subject to the provisions of clause 7.4, 18.2 and 18.3.

Tenders delivered by hand must be placed in the “tender box” provided in the office of the Employer.

Proof of posting will not be accepted as proof of delivery and any tender delivered after the above stipulated time, from whatever cause arising will not be considered.

18.2 The Employer may, at his discretion, extend the deadline for the submission of tenders through the

issue of an Addendum in accordance with clause 7, in which case all rights and obligations of the Employer and the tenderers previously subject to the original deadline shall thereafter be subject to the new deadline as extended.

18.3 Any tender received by the Employer after the prescribed deadline for submission of tender will be

returned unopened to the tenderer. 19 Modification and Withdrawal of Tenders

19.1 The tenderer may modify or withdraw his tender after tender submission, provided that written notice

of the modification or withdrawal is received by the Employer prior to prescribed deadline for submission of tenders.

19.2 The tenderer’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in

accordance with the provisions for the submission of tenders, with the inner and outer envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” as appropriate.

19.2 No tender may be modified subsequent to the deadline for submission of tenders.

19.3 No tender may be withdrawn in the interval between the deadline for submission of tenders and the

period of tender validity specified on the tender form. Withdrawal of a tender during this interval will result in the forfeiture of the Tender Surety.

19.4 Subsequent to the expiration of the period of tender validity prescribed by the Employer, and the

tenderer having not been notified by the Employer of the award of the Contract or the tenderer does not intend to conform with the request of the Employer to extend the prior of tender validity, the tenderer may withdraw his tender without risk of forfeiture of the Tender Surety.

TENDER OPENING AND EVALUATION

20 Tender Opening

Page 16: COUNTY GOVERNMENT OF UASIN GISHU

16

16

20.1 The Employer will open the tenders in the presence of the tenderers’ representatives who choose to attend at the time and location indicated in the Letter of Invitation to Tender. The tenderers’ representatives who are present shall sign a register evidencing their attendance.

20.2 Tenders for which an acceptable notice of withdrawal has been submitted, pursuant to clause 19, will

not be opened. The Employer will examine the tenders to determine whether they are complete, whether the requisite Tender Sureties have been furnished, whether the documents have been properly signed and whether the tenders are generally in order.

20.3 At the tender opening, the Employer will announce the tenderer’s names, total tender price, tender price modifications and tender withdrawals, if any, the presence of the requisite Tender Surety and such other details as the Employer, at his discretion, may consider appropriate. No tender shall be rejected at the tender opening except for late tenders.

20.4 The Employer shall prepare a tender opening register and minutes of the tender opening including the

information disclosed to those present.

20.5 Tenders not opened and read out a tender opening shall not be considered further for evaluation, irrespective of the circumstances.

21 Process to be Confidential

21.1 After the public opening of tenders, information relating to the examination, clarification, evaluation

and comparisons of tenders and recommendations concerning the award of Contract shall not be disclosed to tenderers or other persons not officially concerned with such process until the award of Contract is announced.

21.2 Any effort by a tenderer to influence the Employer in the process of examination, evaluation and comparison of tenders and decisions concerning award of Contract may result in the rejection of the tenderer’s tender.

22 Clarification Tenders

22.1 To assist in the examination, evaluation and comparison of tenders, the Employer may ask tenderers individually for clarification of their tenders, including breakdown of unit prices. The request for clarification and the response shall be in writing or by cable, facsimile or telex, but no change in the price or substance of the tender shall be sought, offered or permitted except as required to confirm the correction of arithmetical errors discovered by the employer during the evaluation of the tenders in accordance with clause 24. 22.2 No Tenderer shall contact the Employer on any matter relating to his tender from the time of the tender

opening to the time the Contract is awarded. If the tenderer wishes to bring additional information to the notice of the Employer, he shall do so in writing.

23 Determination of Responsiveness

23.1 Prior to the detailed evaluation of tenders, the Employer will determine whether each tender is

substantially responsive to the requirements of the tender documents. 23.2 For the purpose of this clause, a substantially responsive tender is one which conforms to all the terms,

conditions and specifications of the tender documents without material deviation or reservation. A

Page 17: COUNTY GOVERNMENT OF UASIN GISHU

17

17

material deviation or reservation is one which affects in any substantial way the scope, quality, completion timing or administration of the Works to be undertaken by the tenderer under the Contract, or which limits in any substantial way, inconsistent with the tender documents, the Employer’s rights or the tenderers obligations under the Contract and the rectification of which would affect unfairly the competitive position of other tenderers who have presented substantially responsive tenders.

23.3 Each price or unit rate inserted in the Bills of Quantities shall be a realistic estimate of the cost of

completing the works described under the particular item including allowance for overheads, profits and the like. Should a tender be seriously unbalanced in relation to the Employer’s estimate of the works to be performed under any item or groups of items, the tender shall be deemed not responsive.

23.4 A tender determined to be not substantially responsive will be rejected by the Employer and may not

subsequently be made responsive by the tenderer by correction of the non-conforming deviation or reservation.

24 Correction of Errors

Tenders determined to be substantially responsive shall be checked by the Employer for any arithmetic errors in the computations and summations. Errors will be corrected by the Employer as follows:

(a) Where there is a discrepancy between the amount in figures and the amount in words, the

amount in words will govern.

(b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will prevail, unless in the opinion of the Employer, there is an obvious typographical error, in which case adjustment will be made to the entry containing that error.

(c) The amount stated in the tender will be adjusted in accordance with the above procedure for the

correction of errors and, with concurrence of the tenderer, shall be considered as binding upon the tenderer. If the tenderer does not accept the corrected amount, the tender may be rejected and the Tender Security may be forfeited in accordance with clause 13.

25 Conversion to Single Currency

25.1 For compensation of tenders, the tender price shall first be broken down into the respective amounts

payable in various currencies by using the selling rate or rates of the Central Bank of Kenya ruling on the date twenty one (21) days before the final date for the submission of tenders.

25.2 The Employer will convert the amounts in various currencies in which the tender is payable (excluding

provisional sums but including Dayworks where priced competitively) to Kenya Shillings at the selling rates stated in clause 25.1.

26 Evaluation and Comparison of Tenders

Page 18: COUNTY GOVERNMENT OF UASIN GISHU

18

18

26.1 The Employer will evaluate only tenders determined to be substantially responsive to the requirements of the tender documents in accordance with clause 23.

26.2 In evaluating tenders, the Employer will determine for each tender the evaluated tender price by

adjusting the tender price as follows:

(a) Making any correction for errors pursuant to clause 24.

(b) Excluding Provisional Sums and provision, if any, for Contingencies in the Bills of Quantities, but including Day works where priced competitively.

26.3 The Employer reserves the right to accept any variation, deviation or alternative offer. Variations,

deviations, alternative offers and other factors which are in excess of the requirements of the tender documents or otherwise result in the accrual of unsolicited benefits to the Employer, shall not be taken into account in tender evaluation.

26.4 Price adjustment provisions in the Conditions of Contract applied over the period of execution of the

Contract shall not be taken into account in tender evaluation.

26.5 If the lowest evaluated tender is seriously unbalanced or front loaded in relation to the Employer’s estimate of the items of work to be performed under the Contract, the Employer may require the tenderer to produce detailed price analyses for any or all items of the Bills of Quantities, to demonstrate the relationship between those prices, proposed construction methods and schedules. After evaluation of the price analyses, the Employer may require that the amount of the Performance Security set forth in clause 29 be increased at the expense of the successful tenderer to a level sufficient to protect the Employer against financial loss in the event of subsequent default of the successful tenderer under the Contract.

26.6 Firms incorporated in Kenya where indigenous Kenyans own 51% or more of the share capital shall be

allowed a 10% preferential bias provided that they do not sub-contract work valued at more than 50% of the Contract Price excluding Provisional Sums to a non-indigenous sub-contractor.

26.7 The tender evaluation committee shall evaluate the tender within 30 days of the validity period from the

date of opening the tender.

26.8 Persons not officially involved in the evaluation of tender shall not attempt in any way to influence the evaluation.

27. Preference where allowed in the evaluation of tenders shall not exceed 15%

Page 19: COUNTY GOVERNMENT OF UASIN GISHU

19

19

AWARD OF CONTRACT 28 Award criteria 28.1 Subject to clause 27.2, the Employer will award the Contract to the tenderer whose tender is determined to be

substantially responsive to the tender documents and who has offered the lowest evaluated tender price subject to possessing the capability and resources to effectively carry out the Contract Works.

28.2 The Employer reserves the right to accept or reject any tender, and to annual the tendering process and reject all tenders, at any time prior to award of Contract, without thereby incurring any liability to the affected tenderers or any obligation to inform the affected tenderers of the grounds for the Employer’s action.

29. Notification of Award and signing of contract 29.1 Prior to the expiration of the period of tender validity prescribed by the Employer, the Employer will notify the

successful tenderer by cable, telefax or telex and confirmed in writing by registered letter that his tender has been accepted. This letter (hereinafter and in all Contract documents called “Letter of Acceptance”) shall name the sum(hereinafter and in all Contract documents called “the Contract Price”) which the Employer will pay to the Contractor in consideration of the execution and completion of the Works as prescribed by the Contract.

29.2 Upon the furnishing of a Performance Security by the successful tenderer, the unsuccessful tenderers will promptly be notified that their tenders have been unsuccessful.

29.3 At the same time the employer notifies the successful tenderer that his tender has been accepted, the employer

shall notify the other tenderers that their tender s have been unsuccessful.

Page 20: COUNTY GOVERNMENT OF UASIN GISHU

20

20

29.4 Within fourteen [14] days of receipt of the form of Contract Agreement from the Employer, the successful

tenderer shall sign the form and return it to the Employer together with the required Performance Security. 29.5 The parties to the contract shall have it signed within 30 days from the date of notification of contract award

unless there is an administrative review request. 29.6 A tenderer who gives false information in the tender document about is qualification or who refuses to enter

into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.

30. Performance Guarantee 30.1 Within twenty eight [28] days of receipt of the notification of award from the Employer, the successful tenderer

shall furnish the Employer with a Performance Security in an amount stated in the Appendix to Instructions to Tenderers.

30.2 The Performance Security to be provided by the successful tenderer shall be an unconditional Bank Guarantee

issued at the tenderer’s option by an established and a reputable Bank approved by the Employer and located in the Republic of Kenya and shall be divided into two elements namely, a performance security payable in foreign currencies (based upon the exchange rates determined in accordance with clause 35.4 of the Conditions of Contract) and a performance security payable in Kenya Shillings. The value of the two securities shall be in the same proportions of foreign and local currencies as requested in the form of foreign currency requirements.

30.3 Failure of the successful tenderer to lodge the required Performance Security shall constitute a breach of

Contract and sufficient grounds for the annulment of the award and forfeiture of the Tender Security and any other remedy under the Contract the Employer may award the Contract to the next ranked tenderer.

31. Advance Payment

An advance payment, if approved by the Employer, shall be made under the Contract, if requested by the Contractor, in accordance with clause 33.1 of the Conditions of Contract. The Advance Payment Guarantee shall be denominated in the proportion and currencies named in the form of foreign currency requirements. For each currency, a separate guarantee shall be issued. The guarantee shall be issued by a bank located in the Republic of Kenya, or a foreign bank through a correspondent bank located in the Republic of Kenya, in either case subject to the approval of the Employer.

31. Corrupt and fraudulent practices.

The procuring entity requires that tenderers observe the highest standard of ethics during the procurement process and execution of contract. A tenderer shall sign a declaration that he has not and will not be involved in corrupt or fraudulent practices.

Page 21: COUNTY GOVERNMENT OF UASIN GISHU

21

21

SECTION III

APPENDIX TO INSTRUCTIONS TO TENDERERS

EVALUATION CRITERIA.

INSTRUCTION TO TENDERERS All Registered Electrical Contractors with the Required ERC & NCA Qualifications

MANDATORY REQUIREMENT i. A Copy of Valid certificate of Company Registration/Incorporation

ii. Proof of Registration as a contractor eligible to undertake Mechanical works with National Construction Authority CATEGORY NCA 6 above and ERC “C1” or above for Electrical works. Valid Tax compliance certificates Contractor Proof of Registration as a contractor eligible to undertake Electrical works with National Construction Authority CATEGORY NCA 6 above and ERC “C1” or above for Electrical works. Valid Tax compliance certificates Contractor

iii. Attach Bid security of Kshs.360, 000.00 from PPRA authorized financial institutions valid for 150 days from the day of Tender opening.

i. Attach Current Valid CR12. ii. Tender forms and confidential Business questionnaire dully filled and signed by an

authorized person. iii. MUST submit a serialized (pagination) Original Document (please make your own

page numbering from first page to the last page)

iv. Attach a sworn statement or declaration stating that:

(a) The firm has not been debarred from participating in any public procurement by PPRA.

(b) No person related to the firm has any spouse or children working at Uasin Gishu County Government

(c) The firm has not been engaged in any unethical, corrupt, collusive or fraudulent activities in public procurement matters.

(d) The firm has not been declared bankrupt, insolvent or under receivership.

Failure to provide any or all of the above information will render the bid to be considered as non-responsive resulting to its rejection at preliminary stage.

The candidates are required to submit through IFMIS. The tender shall be opened on 28th April 2021 at the County Government Head Quarters

Page 22: COUNTY GOVERNMENT OF UASIN GISHU

22

22

TECHNICAL EVALUATION CRITERIA

REQUIREMENT REQUIRED REFERENCE TO BE SUBMITTED IN TENDERING FORMS FROM TENDER FOR EVALUATION AS INDICATED IN THE DOCUMENT,

MAX SCORE

Page 23: COUNTY GOVERNMENT OF UASIN GISHU

23

Equipment holding Prove of ownership or lease agreement and not hire of the following equipment: (i) Means of transport (5 Marks) (ii) (attach Logbooks or lease agreement) (5

Marks)

5

Key staff (i) Director having management experience of at least five years of similar works and magnitude. (1 mark per year) (attach C.V and Qualification Documents)

(ii) Technical Manager holding Degree in relevant Engineering field with 5 years’ experience of similar works and magnitude (1 mark per year) ) (attach C.V and Qualification Documents)

(iii) At least one personnel holding Diploma in the relevant Engineering field with 5 years’ experience of similar works and magnitude (1 mark per year) (attach C.V and Qualification Documents)

(iv) At least 2No personnel holding Artisan certificate in the relevant Engineering with 5years experience of similar works and magnitude. (1/2 mark per year)

20

Past relevant work experience

(i) Provide proof of at least 5No previous works done of similar magnitude and nature. (5 Marks) (attach completion certificate) (ii) Provide list of 5No of On-going projects and percentage to completion of similar magnitude and nature. (5 Marks) (attach copies of letter of award and contract agreements) (iii) Provide list of terminated project and the reason therein in the last 5No years. ( 1/2 Marks) (attach affidavit) (iv) provide list of five incomplete project where warning letters or default notices have been issued. (1/2 Marks) (attach affidavit)

15

Contractual misconduct and litigation

Records of contractual misconduct in the last 1 year attach Sworn affidavit certified by magistrate or commissioner of oaths. Note: the higher the misconduct the lower the scores (5marks)

5

Financial capability

(i) Attach Certified audited accounts for the year 2017 showing the following ratios: -

(a)Profitability margin (show extract indicating the same )

A margin above 30% will score 5 marks;

15

Page 24: COUNTY GOVERNMENT OF UASIN GISHU

24

NB

Bidders who qualified from the preliminary stage to the technical stage and scored 70% and above will proceed to financial evaluation stage.

A18

10-29 % 2 1/2marks; 1-9% - 1marks and below 1% 0 marks (b) Liquidity Ratio margin (show extract

indicating the same ) 2:1 – 5 marks; 1:1 –2 1/2marks; 0.5:1- 1/2marks less than 0.5:1- 0 marks

(ii) Provide letter of credit from any commercial bank in Kenya as proof of their readiness to facilitate your firm financially (5 marks)

Work schedule Proposal work progress charts showing payment schedule of not less that Kshs. 1,000,000.00 per month. (10marks)

Proposal cash flow plan showing financial capacity to fund the project to the tune of not less than Kshs. 1,000,000.00 per month prior to request for certificate. (10 marks)

20

Work safety management

Technical schedule broachers

Attach proposal of Worker safety plan (10marks)

Attach proposal of Accident prevention measures (5 marks)

Relevant technical information and brochures of items to be supplied ( e.g.) generator sets, pumps, lighting fittings, sockets outlets and any other equipment described in the bills of quantities for both Electrical works 10 MARKS

25

TOTAL 100

Page 25: COUNTY GOVERNMENT OF UASIN GISHU

25

CLAUSE 13 Tender Security

Amount of Tender Security is Kshs…………………………(Note: This amount should not exceed two (2) percent of the total value of the Works)

16 (i) The name and address of the Employer for the purposes of submission of tenders is………………………………………………… …………………………………………………………………………………

(ii) The name of the proposed Works and where available the Contract Number is…………………………………………………………

…………………………………………………………………………………. (iii) The tender opening date and time …………………(insert tender opening time) on…………day of

………(insert date of tender opening) 29. Performance Guarantee

The amount of Performance Security is Kshs…………………(Note: the Employer must select the form of Performance Security to be accepted).

SECTION III

CONDITIONS OF CONTRACT (Including erection on site) PART I – GENERAL CONDITIONS

PART I – General Conditions, shall be those forming Part I of the “Conditions of Contract for Electrical and Mechanical Works – Including Erection on Site, Thirth Edition 1987, re-printed 1988 with Editorial Amendments” prepared by the Federation Internationale des Ingenieurs – conseils (FIDIC). The Conditions are subject to variations and additions set out in Part II hereof entitled “Special Conditions”.

Note i. The standard text of the General Conditions of Contract must be retained intact to facilitate its reading and

interpretation by tenderers. Any amendments and additions to the General Conditions, specific to a given Contract, should be introduced in the Special Conditions or in the Appendix to Form of Tender.

ii. The Special Conditions take precedence over the General Conditions of Contract. iii. Copies of the FIDIC Conditions of Contract can be obtained from:

FIDIC Secretariat

Page 26: COUNTY GOVERNMENT OF UASIN GISHU

26

P.O.Box 86 1000 Lausanne 12

Switzerland Fax: 41 21 653 5432 Telephone 41 21 653 5003

PREABLE TO GENERAL CONDITIONS

This Preamble must be completed in all cases referring to completed schedules where appropriate. When completed, this Preamble, the General Conditions, Specification, Employer’s and Contractor’s Drawings, Schedules and other documents can constitute a Contract on the basis of the General Conditions in Part II. If this is not what is required, Part II must also be completed. Commencement Date (Sub-clause 1.1.1.(I)) The date for commencement of the Works is _____________________________________ The Employer (Sub-clause 1.1.12.) The Employer is _______________________________________________________________ The Engineer (Sub-clause 1.1.15) The Engineer is _________________________________________________________________ Time for Completion (Sub-clause 1.1.35.) The Time for Completion is ________ days from the commencement Date. Contractor’s Profit (Sub-clause 1.6.) The percentage to cover profit entitlement, where appropriate, is _______%. Ruling Language (Sub-clause 5.1.) The version in _________________ language (ruling language) shall prevail. Day to Day Communications (Sub-clause 5.2.) The language for day to day communications is __________________________________ Programme to be Furnished (Sub-clause 12.1.) The Programme must be submitted in the form of _______________________________ Electricity, Water, Gas and Other Services (Sub-clause 14.3.)

Page 27: COUNTY GOVERNMENT OF UASIN GISHU

27

Supplies on the Site are: a. Electricity: __________________________________________________________________ __________________________________________________________________________________________________________________________________________________________________ b. Water: ______________________________________________________________________ __________________________________________________________________________________________________________________________________________________________________ c. Gas: ________________________________________________________________________ __________________________________________________________________________________________________________________________________________________________________ d. Other Services: _____________________________________________________________ __________________________________________________________________________________________________________________________________________________________________ Employer’s Equipment (Sub-clause 14.4.) The following Employer’s equipment is available for use by the Contractor under the Employer’s operation: ______________________________________________________ __________________________________________________________________________________________________________________________________________________________________ Working Hours (Sub-clause 18.3.) The normal working hours are __________________________________________________ _________________________________________________________________________________ Delay in Completion (Sub-clause 27.1.) Failure to meet the Time for Completion entitles the Employer to reduction in Contract Price as follows: Amount per day ______________________________ Maximum ____________________________________ Prolonged delay (Sub-clause 27.2.) Maximum amount recoverable from the Contractor by the Employer: _________________________________________________________________________________ Terms of Payment (Sub-clause 33.1.)

Page 28: COUNTY GOVERNMENT OF UASIN GISHU

28

In addition to the provisions under Clause 33, the terms of payment shall be: __________________________________________________________________________________________________________________________________________________________________ Payment in Foreign Currencies (Sub-clause 35.1.) Payment in foreign currencies shall be arranged as follows: __________________________________________________________________________________________________________________________________________________________________ Rates of Exchange (Sub-clause 53.3.) The rates of exchange for the purpose of the Contract are: __________________________________________________________________________________________________________________________________________________________________ Payment against Provisional Sums (Sub-clause 36.4. (b)) The percentage to be applied to Provisional Sums shall be ________________%. Maximum Liability (Sub-clause 42.2.) The maximum liability of the Contractor to the Employer shall be ________________ Insurance of Works (Sub-clause 43.1) The deductible limits in the insurance cover of the Works shall not exceed ___________________________________________________________________________ Sub-clause 43.1. (a) The additional risks to be insured are: __________________________________________________________________________________________________________________________________________________________________ Third Party Liability (Sub-clause 43.3) The amount of insurance against third party liability taken out by the Contractor shall not be less than: _________________________________________________________________________________ Payment on Termination for Employer’s Default (Sub-clause 46.3) The additional amount payable by the Employer on termination shall not exceed: _________________________________________________________________________________ Labour, Materials and Transport (Sub-clause 47.1.) The method of calculating adjustments for changes in costs shall be:

Page 29: COUNTY GOVERNMENT OF UASIN GISHU

29

__________________________________________________________________________________________________________________________________________________________________ Notices to Employer and Engineer (Sub-clause 49.2.) The address of the Employer for notices is: __________________________________________________________________________________________________________________________________________________________________ The address of the Engineer for notices is: __________________________________________________________________________________________________________________________________________________________________ Applicable Law (Sub-clause 51.1.) The applicable law is ____________________________ law. Procedural Law for Arbitration (Sub-clause 51.2) The procedural law for arbitration is ____________________________________________ Language and Place of Arbitration (Sub-clause 51.3) The language of arbitration is _______________ language. The place of arbitration is ________________________________________

Page 30: COUNTY GOVERNMENT OF UASIN GISHU

30

PART II – SPECIAL CONDITIONS

(The Clauses referred to in Part II – Section A are those where the provision in the General Conditions (Part I) refer to an alternative solution to be stated in Part II. The provisions in the General Conditions will apply unless an alternative solution is given in Part II – Section A. The clauses in this section need therefore not be completed, but must be completed if alternative solutions to the relevant Part I provisions are necessary.) 1.0 Conditions Precedent to Commencement (Sub-clause 1.1.1.)

The following financial and administrative requirements are conditions precedent to commencement. ___________________________________________________________________________________________________________________________________________________

2.0 Defects Liability Period (Sub-clause 1.1.11.)

The Defects Liability Period is __________________________ days. 3.0 Engineer’s Duties (Sub-clause 2.1.)

The Engineer requires the consent of the Employer before exercising the following duties: _____________________________________________________________________________________________________________________________________________________

4.0 Operation and Maintenance Manuals (Sub-clause 6.6.)

Operation and Maintenance Manuals shall be in English language. 5.0 Manufacturing Drawings (Sub-clause 6.9.)

The Contractor is required to disclose to the Engineer or the Employer confidential information as follows: ______________________________________________________________________________________________________________________________________________________

6.0 General Obligations (Sub-clause 8.1.)

6.1 The following facilities will be provided by the Employer: __________________________________________________________________________________________________________________________________________

6.2 The facilities will be provided at the following rates: __________________________________________________________________________________________________________________________________________

7.0 Performance Security (Sub-clause 10.1)

The Contractor shall obtain a Performance Security of an amount Kshs. 8.0 Contractor Equipment (Sub-clause 14.1)

Page 31: COUNTY GOVERNMENT OF UASIN GISHU

31

The following items of Contractor’s Equipment will be provided free of charge by the Employer for the Contractor’s use: _____________________________________________________________________________________________________________________________________________________

9.0 Price Variation 9.1 Contract price variations shall not be allowed for contracts not exceeding one year (12 months) 9.2 Where contract price variation is allowed, the variation shall not exceed 15% of the original contract price. 9.3 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request. 10.0 Extension of Defects Liability Period (Sub-clause 30.4)

In the event of suspension the Defects Liability Period shall not last more than ____ days after the date the Plant would have been delivered but for the suspension.

11.0 Method of Application (Sub-clause 33.2)

Application for payment shall be made as follows: ______________________________________________________________________________________________________________________________________________________

12.0 Payment (Sub-clause 33.5.)

11.1 The period for payment shall be: _____________________________________________________________________

11.2 The place for payment shall be:

_____________________________________________________________________ 13.0 Delayed Payment (Sub-clause 33.6.)

The interest rate for delayed payment is simple interest at a rate three percentage points above the Central Bank of Kenya’s average rate for base lending prevailing as of the first day the payment becomes over due.

14.0 Payment by measurement (Sub-clause 33.8)

The provisions for measurement are: ______________________________________________________________________________________________________________________________________________________

15.0 Customs and Import Duties (Sub-clause 48.1.)

The Contractor shall pay and be reimbursed by the Employer for the following customs, import duties and taxes in consequence of the importation of the Plant: ______________________________________________________________________________________________________________________________________________________

Page 32: COUNTY GOVERNMENT OF UASIN GISHU

32

16.0 Arbitration (Sub-clause 50.2) The rules of arbitration shall be those contained in the Arbitration Act of the Laws of Kenya.

Page 33: COUNTY GOVERNMENT OF UASIN GISHU

33

SECTION V: SPECIFICATIONS

Notes for preparing Specifications 1.0 Specifications must be drafted to present a clear and precise statement of the required standards of materials, and workmanship for tenderers to respond realistically and competitively to the requirements of the employer and ensure responsiveness of tenders. The Specifications should require that all materials, plant, and other supplies to be incorporated in the Works be new, unused, of the most recent or current models, and incorporating all recent improvements in design and materials unless provided otherwise in the Contract. Where the Contractor is responsible for the design of any part of the permanent Works, the extent of his obligations must be stated. 2.0 Specifications from previous similar projects are useful and it may not be necessary to re- write specifications for every works contract for universal application. 3.0 There are onsiderable advantages in standardizing General Specifications for repetitive Works in recognized public sectors, such as highways urban housing, irrigation and water supply. The General Specifications should cover all classes of workmanship, materials and equipment commonly involved in constructions, although not necessarily to be used in a particular works contract. Deletions or addenda should then adapt the General Specifications to the particular Works. 4.0 Care must be taken in drafting Specifications to ensure they are not restrictive. In the specifications of standards for materials, plant and workmanship, existing Kenya Standards should be used as much as possible, otherwise recognized international standards be used. 5.0 The Employer should decide whether technical solutions to specified parts of the Works are to be permitted. Alternatives are appropriate in cases where obvious (and potentially less costly) alternatives are possible to the technical solutions indicated in tender documents for certain elements of the Works, taking into consideration the comparative specialized advantage of potential tenderers. The Employer should provide a description of the selected parts of the works with appropriate reference to Drawings, Specifications, Bills of Quantities, and Design or Performance criteria, stating that the alternative solutions shall be at least structurally and functionally equivalent to the basic design parameters and specifications. Such alternative solutions shall be accompanied by all information necessary for a complete evaluation by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, proposed construction methodology, and other relevant details. Technical alternatives permitted in this manner shall be considered by the Employer each on its own merits and independently of whether the tenderer has priced the item as described in the Employer’s design included with the tender documents.

Page 34: COUNTY GOVERNMENT OF UASIN GISHU

34

SECTION VI:

PART A

SUB-CONTRACT PRELIMINARIES

A. CONTRACT

The successful tender will be appointed as a Nominated sub-contractor to the main Contractor under the Ministry of public works conditions of contract.

He will be required to enter into a sub- contract with the main contractor indemnifying him against the same liabilities in respect of the sub-contract works as those for which the main contractor is liable to indemnify the Government under the contract.

The sub-contract agreement shall be the latest edition of agreement and schedule of conditions of building sub-contract published by the Kenya Association of Building and Civil Engineering Contractors.

The particular and general preliminaries or the Bill of Quantities for the main Contract where appropriate shall apply equally to the sub-contract who is to examine these section of the Bill and allow for all costs incurred.

Copies of the contract agreement conditions of contract, Bills of Quantities for the main contract can be seen at the office of the Ministry of, Public Works.

BOND

All Tenderers will submit the name of an approved surety who will be willing to be bound to the main contractor in an amount equal to 5% of the sub- contract amount as clause 31 of the main contract.

PAYMENTS

Payment will be made through certification to the main contractor, unless he specifically agrees to forgo this right in which case direct payment can be made to the sub-contractor. All payments will be less

Page 35: COUNTY GOVERNMENT OF UASIN GISHU

35

retention as specified in the main contract. No payment will become due until materials are delivered to the site.

34

Page 36: COUNTY GOVERNMENT OF UASIN GISHU

35

36

D.F IRM PRICES CONTRACT

Unless otherwise specifically stated in the preliminaries, this is affirm price contract and the sub-contractor must allow in this tender for any increase in the cost of labour and/or materials during the currency of the sub-contract. No claim for increased costs will be entertained excepting only duties defined in condition No.30 of the conditions of contract. No claim will be for currency fluctuations.

E. TRADE NAMES

Where trade names or manufacture’s catalogue numbers are nominated in the specification, the reference is intended as a guide to the type of articles or quality of material required. Alternate Brands of equal and approved quality will be acceptable.

F. WATER AND ELECTRICITY FOR THE WORKS.

The main contractor will make these available. The subcontractor shall be liable for the cost of any water or electricity current used for any installation provided especially for his or her own use by the main contractor.

G. STORAGE

The main contractor will provide space for storage on the site, but the sub- contractor will be responsible for provision of any lock-up sheds or stores required.

Page 37: COUNTY GOVERNMENT OF UASIN GISHU

36

37

SAMPLES

The sub-contractor shall finish at their own cost any samples materials or Workmanship that may be called for by the project manager. For his approval, and further samples in case of rejection until such samples are approved by the project manager. And the project manager. May reject any materials or workmanship in his opinion up to approved Standard.

H. PROTECTION

The sub-Contract shall adequately cover and protect his own work to prevent injury and also to cover from damage all parts of the building premises where work is being performed by him under the contract.

I. HANDING OVER

The sub-Contract works shall be considered complete and the defect liability period shall commence only when the sub-contract works and supporting services have been tested, commissioned and operated to the satisfaction of the project Manager and officially approved and accepted by the Employer, provided always that the handing over of the sub- contract works shall be coincident with the handing over of the Main contract Works.

J. DEFECT AFTER COMPLETION

The defects liability period will be six months from the date of completion of the Main Contract as certified by the project Manager.

Page 38: COUNTY GOVERNMENT OF UASIN GISHU

37

38

K. DAMAGES FOR DELAYS

Liquidated and Ascertained damaged as started in the Main Contract Agreement will be claimed against the Main Contract for any Unauthorized delay in completion. The sub- contractor will be liable for the whole or a portion of these damage should he cause delay in completion.

L. CLEAR AWAY ON COMPETION

The sub-Contract shall, upon completion of works, at his own experience remove and clear away all plants, equipment, rubbish and used materials, and shall leave the whole of the works in a clean and tidy state, to the satisfaction of the Project Manager on completion, the whole of the Works shall be delivered up clean, complete and perfect in every respect to the Delivered up clean, complete and perfect in every respect to the satisfaction of the Project Manager.

M. SITE CONDITION

The Sub-contractor shall be deemed to have visited the site to ascertain all condition affecting his sub-contract. No claims will be allowed due to lack of Knowledge in this respect.

Page 39: COUNTY GOVERNMENT OF UASIN GISHU

38

39

PART B GENERAL MECHANICAL SPECIFICATION

INDEX

CLAUSE NO. PAGE NO.

1. GENERAL B/2

2. QUALITY OF MATERIALS B/2

3. REGULATIONS AND STANDARDS B/2

4. ELECTRICAL REGUIREMENTS B/3

5. TRASPORT AND STORAGE B./3

6. SITE SUPERVISION B/3

7. INSTALLATION B/3

8. TESTING

8.1 GENERAL B/3

8.2 MATERIAL TESTING B/3

8.3 MANUFACTURED PLANT AND EQUIPMENT-WORKS TESTS B/2-B/4

8.4 PRESSURE TESTING B/5

Page 40: COUNTY GOVERNMENT OF UASIN GISHU

40

9. COLOUR CODING B/5

10. WELDING

10.1 METHOD B/5 10.2 WELDING CODES AND CONSTRUCTION B/5-B/6 10.3

WELDER QUALIFICATIONS

B/6

Page 41: COUNTY GOVERNMENT OF UASIN GISHU

41

PART B

GENERAL MECHANICAL SPECIFICATION

1. GENERAL

This section specifies the general requirements for plants, equipment and material forming part of the sub-contract Works and shall apply except where specifically stated elsewhere in the specification or the contract Drawing.

2. QUALITY OF MATERIALS

All plants, equipment and material supplied as part of the sub-contract works shall be new and of first-class commercial quality, shall be free from defects and imperfections and where indicated shall be of grades and classifications designated herein.

All products or material not manufactured by the sub-contract shall be of the products of reputable manufacturers and so far as the provisions of the specification is concerned shall be as if they had been manufactured by the sub- contractor.

Materials and apparatus required for the complete installation as called for by the specification Contract Drawing shall be supplied by the Sub-Contract unless mention is made otherwise.

Materials and apparatus supplied by others for installation and connected by the sub-contractor shall be carefully examined on receipt and stored. Should any defects be noted, the sub-contractor shall immediately notify the Engineer. Defectives equipment or that damage in the course of installation or test shall be replace or required to the approval of the Engineer.

40

Page 42: COUNTY GOVERNMENT OF UASIN GISHU

41

42

3. REGULATIONS AND STANDARDS.

The sub-contract Works shall comply with the current editions of the following: - The Kenya Government Regulations The United Kingdom Institution

a. ELECTRICAL REQUIREMENT

Plant and equipment supplied under this sub-contract shall be complete with all Necessary motor starters, control boards, and other control apparatus. Where control Panel incorporating several starters are supplied, they shall be complete with a main isolator.

The electrical sub-contractor will provide the supply power up to and including local isolators. He shall also provide all other wiring diagrams for the Engineer approval.

The starting current of all electrical motors and equipment shall not exceed the maximum Permissible-starting currents described in the Kenya Power and Lighting Company’s By-Laws.

The Engineer may reject any equipment that is not rated for the above voltages and frequencies.

b. TRANSPORT AND STORAGE

All plant and equipment shall, during transportation be suitably packed, crated and Protected to minimize the possibility of damages and to prevent corrosion or other deterioration.

On arrival at the site plant and equipment shall be examined and any damage to parts and protective priming coats made good before storage or installation.

Page 43: COUNTY GOVERNMENT OF UASIN GISHU

42

43

Adequate measures shall be taken by the sub-contractor to ensure that plant and equipment do not suffer any deterioration during storage.

Prior to installation all piping, plant and equipment shall be thoroughly cleaned.

If, in the opinion of the Engineer any equipment as deteriorated or been damaged to such an extent that it is not suitable for installation, the sub- contractor shall replace this equipment at its own cost.

c. SITE SUPERVISION

The sub-contractor shall ensure that there is an English speaking supervisor on the site at all times during normal working hours.

d. INSTALLATION

Installation of all special plant and equipment shall be carried out by sub- contractor under adequate supervision from skilled staff provided by the plant and equipment manufacturer or is appointed agent in accordance with the standards of modern practice and the relevant regulations and standards Described under clause 3 of this section.

e. TESTING

8.1 General

The sub-contractor, s attention is drawn to part A sub clause 2.08 of the specification. The following sub-clause are intended to define the sub-contractors responsibilities with respect to testing and inspection.

Page 44: COUNTY GOVERNMENT OF UASIN GISHU

43

44

8.2 MATERIAL TESTS

All materials for plant and equipment to be installed under the sub- contract shall Be tested, unless otherwise directed, in accordance with the relevant B.S specification concerned.

For materials where B.S specification exists tests are to be made in accordance with the best modern commercial methods to the approval of the Engineer having the regard to the particular type and application of the materials concerned.

The sub-contractor shall prepare specimens and performance tests and analyses to demonstrate conformance of the various materials with the applicable standards.

If stock material, which as not been specifically manufactured for the plant and equipment specified is used, then the sub-contractor shall submit satisfactory evidence to the Engineer that such materials conform to the requirements stated here in which case tests of materials may be partially or completely waived.

Certified mill test reports of plates, piping and other materials shall be deemed acceptable.

8.3 Manufactured plant and Equipment – Works Tests

The right of the Engineer, relating to the inspection, examinations and testing of plant and equipment during manufacturer shall be applicable to the Insurance Companies or Inspection Authorities so nominated by the Engineer.

The sub-contractor shall give two weeks notice to the Engineer of the manufacturers intention to carry out work tests and inspections.

The Engineer or his representative shall be entitled to witness such tests and inspections. The costs of such tests and inspections shall be born by the sub-contractor.

Page 45: COUNTY GOVERNMENT OF UASIN GISHU

44

45

Six copies of all test and inspection certificates and performance graphs shall be submitted to the Engineer for his approval as soon as possible after the completion of such tests and inspections.

Plant and equipment, which is shipped before the relevant test certificate has been approved by the Engineer, shall be shipped at the sub-contractor, s own risk and should the test and inspection certificates no be approved, new tests may be ordered by the Engineer at the sub-contractors expense.

8.4 Pressure Testing.

All pipe work installations shall be pressure tested in accordance with the requirements of the various sections of these specifications. The installation may be tested in sections to suit the progress of the works but all tests must be carried out before the work is buried or concealed behind building finishes. The Engineer must witness all tests. Or his representative and the sub-contractor shall give 48 hours notice to the Engineer or his intention to carry out such tests.

Any pipe work that is buried or concealed before witnessed pressure tests have been carried out shall be exposed at the expense of the sub-contractor and the specified tests shall then be applied.

The sub-contractor shall prepare test certificates for signature by the Engineer and shall give a progressive and up-to-date record of the sections of the work that have been tested.

f. COLOUR CODING

Unless stated otherwise in the particular specification all pipe work shall be color Coded in accordance with the latest edition of B.S 1710.

Page 46: COUNTY GOVERNMENT OF UASIN GISHU

45

46

10. WELDING

10.1 Method

All welding shall be carried out by the electric are processing using covered electrodes in accordance with the B.S 639.

Gas welding may be employed in certain circumstances providing that prior approved is obtained from the Engineer.

10.2 Welding codes and construction

All welded joints shall be carried out in accordance with the following specification: -

(a) Pipe welding.

All pipes welds shall be carried out in accordance with the requirements of B.S 809.

(a) General welding

All welding of mild steel components other than pipe work shall comply with general requirements of B.S 1855.

10.3 Welders Qualifications

Any welder employed on this sub-contract shall have passed the trade tests as laid down by the Government of Kenya.

The Engineer may require to see the appropriate certificate obtained by any welder and should it be proved that the welder does not have the necessary qualifications the Engineer may instruct the sub-contractor to replace him by a qualified welder.

Page 47: COUNTY GOVERNMENT OF UASIN GISHU

47

PART C

GENERAL PLUMBING AND DRAINAGE SPECIFICATION

INDEX

CLAUSE NO DESRIPTION PAGES NO.

2.11 General C/2

2.12 Materials and Standard

2.12.1 Pipe work and fitting C/2-C/6

2.12.2 Valves C/6-C/8

2.12.3 Waste fitment trap C/8

2.12.4 Pipe Supports C/8-C/10

2.12.5 Sanitary Appliances C/10

2.12.6 Pipe sleeves C/10

2.13 Installation

2.13.1 General C/11

2.13.2 Above Ground Installation C/11-C/12

2.13.3 under ground Installation C/13-C/18

2.14 Testing and Inspection

2.14.1 Site Tests-Pipe work system C/18-C/20

2.14.2 Site tests-Performance C/20-C/21

2.15 Sterilization of Hot and Cold Water Water system.

C/21

46

Page 48: COUNTY GOVERNMENT OF UASIN GISHU

47

48

SECTION C

GENERAL PLUMBING AND DRAINAGE SPECIFICATION

2.11 GENERAL

This section specifies the general requirement for plan, equipment and materials

2.12 MATERIALS AND STANDARDS

2.12.1 PIPE WORK AND FITTINGS

(a) Black steel pipe work

All blacks steel pipe work up to 65mm nominal bore shall be manufactured in accordance with B.S 1387 Medium grade with taped pipe threads in accordance with B.S. 143

Pipe joints shall be screwed and socketed and sufficient coupling union shall be allowed so that fitting can be disconnected without cutting the pipe. Running nipples and long screws shall not be permitted unless exceptionally approved by the Engineer.

All black steel pipe work, 80mm normal bore up to 150mm nominal bore, shall be manufactured to comply in all respects with the specification for 65mm pipe, except that screwed and bolted flanges shall replace unions and coupling for the jointing of pipes to valves and other items of plants

All flanges shall comply with the requirements of B.S. 10 to the relevant classifications contained hereinafter under section C of the Specifications.

Page 49: COUNTY GOVERNMENT OF UASIN GISHU

48

49

(b) Galvanized Steel Pipe work.

Galvanized steel pipe work shall be manufactured to comply in all respect with the standards described for black steel pipe work in paragraph (a) above.

Galvanized shall be carried out in accordance with the requirement of B.S 1387 and B.S 143 respectively.

(c) Copper Tubing

All copper tubing shall be manufactured in accordance with B.S.2871 from C.160 ‘Phosphorous De-oxidized Non-Arsenical Copper ‘in accordance with BSD 1172.

Pipe joints shall be made with soldered capillary fittings and connections to equipment shall be with compression fitting manufacture in accordance with B.S 864 Short copper connections tubes between galvanized pipe work and sanitary fitments shall not be used because of the risk of Gallivante action

If, as may occur in certain circumstances, it is not possible to make the connection in any other way than by use of copper tubing, then Brass straight connector shall be positioned between the galvanized pipe and the copper tube in order to prevent direct contact.

(d) Cast Iron Pipe Work

1. Internal iron pipe work and fitting for use above ground in connection with Internal building services, shall be manufactured with spigot and socket joints of the weight required by the Local Authority and shall fully with the requirements of B.S 416.

Page 50: COUNTY GOVERNMENT OF UASIN GISHU

50

All joints on cast iron spigot and socket pipes shall be made with approved cold caulking compound and so installed as to allow any expansion or contraction that may take place.

All cast iron pipe work, branches, tees, bends and other fitting shall be supplied complete with inspection cover for cleaning purposes. These inspection covers shall be included as part of the fitting and shall comply with the requirement of B.S 461

2. External Services

Cast iron pipe work which is used in connection with buried external services, shall be manufactured, coated and tested in accordance with the requirement of B.S 1211

All buried cast iron bends, elbows swept tees and other fitting, shall comply with the requirement of BS 1130

Jointing on external cast iron pipes shall be carried out in accordance with one of the methods described in B.S code of practice 301, clause 505c (v), to the approval of the Engineer.

(e) Pitch Fibre Pipe work

Pitch Fibre pipe work and fitting for use in connection with external drainage services shall be manufactured in accordance with the requirement of BS 2760. Pipes shall be connected by means of pitch made tapered joints manufactured in accordance with B.S 2760.

Until such time as the use of Pitch impregnated fibre pipes is covered by a code of practice, the jointing laying and cutting these pipes shall carried out in accordance with the requirements of notes contained under Appendix C of B.S.

49

Page 51: COUNTY GOVERNMENT OF UASIN GISHU

50

50

(f) Concrete Pipe

Where concrete pipe and fitting are used in connection with the conveyance of surface water or sewage under atmospheric pressure, they shall be manufactured in accordance with the requirement of BS 556, class I, except where otherwise stated.

The joints of concrete pipe and fitting may be one of the following depending upon application and conditions.

(1) Flexible spigot and socket type (2) Flexible rebated type (Storm water drainage only) (3) Ordinary spigot and socket type (4) Ordinary rebated type (Storm water drainage Only)

Joints (1) and (2) shall be sealed with suitable rubber gaskets manufacture in accordance with BS 2494 except where they are likely to be contaminated by oil products, in which case the gaskets shall be manufactured in accordance with B.S.

Joints (3) and (4) shall be made with approved cement mortar mix.

(g) Asbestos Cement Pressure Pipes

Where asbestos cement pressure pipe and fittings are used in connection with external, above ground or buried water service, they shall be manufacture in accordance with the requirements of B.S 486

The classification of these pipes falls onto four classes;

A, B, C and D respectively and the class to be used shall depend upon the pressure conditions pertaining at site.

Where cast iron detachable joints are used for connecting pipes, the materials shall comply with B. S 2494, except where they are likely to be contaminated by oil products, in which case the gaskets shall be manufactured in accordance with B.S 3514.

Page 52: COUNTY GOVERNMENT OF UASIN GISHU

51

51

(h) P.V.C. (Hard) Pressure Pipe and Fitting

All P.V.C. pipes and fitting shall be manufactured in accordance with B.S 3505: 1968

Jointing

The method of Jointing to be employed shall be that of Solvent Welding, Using the pipe and manufacturers approved cement, Seal rings joints shall be introduced where it is necessary to accommodate expansion.

Anchoring

All bends, valves and hydrant tees etc, in the line of water main shall be adequately anchored to resist thrust due to internal water pressure. A concrete block shall be cast under and around the pipe and between it and sides of the trench. Well-rammed material shall be used to support the pipe and either side of the concrete.

Pipe Bed

Pipe shall be uniformly laid on a 75mm thick bed, (sand or red soil) and must not be allowed to rest on the joint or on stones etc.

Support to fitting.

In under ground installation care shall be taken to ensure that heavy components such as valves are fully supported so that the pipeline carries no weight.

Back filling

For the protection of the pipe initial backfill shall be carried out as soon as possible after laying. The initial backfill shall grained material thoroughly compacted around the pipe and consolidated to a depth of

Page 53: COUNTY GOVERNMENT OF UASIN GISHU

52

52

6 above the crown of the pipes at no time shall heavy rocks, stone or other objects be included in the balance of the backfill that might protrude the initial backfill layer and come into contact with the pipe.

Testing

Pipelines shall be tested in section under an internal water pressure normally one and half times the maximum allowable working pressure for the class of pipe used. Testing shall be carried out as soon as practicable after laying and when the pipeline is adequately anchored. Precaution shall be taken to eliminate all air from the test section and to fill the pipes slowly to avoid risk of damage due to surge.

(i) A.B.S. Waste System

Where indication shows on the drawing and schedules, the Sub- Contractor shall supply and fix A.B.S. Waste pipes and fitting.

The pipes, traps and fitting shall be in accordance with the relevant British Standards, Including B.S 3943 and fixed generally in accordance with manufacture’s instruction and B.S 5572: 1978.

Jointing of pipes shall be carried out by means of solvent welding. The manufacturer’s recommended method of joint preparation and fixing shall be followed

Standard brackets, as supplied for use with the system, shall be used wherever possible. Where the building structure render this impracticable the sub-Contractor shall provide purpose made supports, the centre of which shall not exceed one meter.

Expansion joints shall be provided as indicated. Supporting brackets and pipe clips shall be fixed on each side of these joints.

Page 54: COUNTY GOVERNMENT OF UASIN GISHU

53

53

(j) P.V.C. Soil System

The sub-Contractor shall supply and fix P.V.C. soil pipe and fitting as indicated on drawing and schedules.

{Pipe and fittings shall be in accordance with relevant British Standards, including B.S. 5572

The soil system shall incorporate synthetic rubber gaskets as provided by the manufacturer whose fixing instructions shall be strictly adhered to.

Connections to W.C and pass shall be affected by use of a W.C connector gasket and cover, sized to suit pan outlet. Suitable supporting brackets and pipe clips shall be provided at maximum of 2-metres betweencentres.

The Sub-Contractor shall be responsible for the joint into the cully Trap on drain as indicated on the drawings.

2.12.2 VALVED

(a) Draw-off taps and stop Valves (up to 50mm Nominal Bore

Draw off taps and Valves up to 50mm nominal bore, unless otherwise stated or specified for attachment or connection to sanitary fitments shall be manufactured in accordance with the requirements of B.S 1010.

(b) Gate Valves

All gates valves 80mm nominal bore and above, other than those required for fitting to buried water mains shall be cast iron construction in accordance with the requirements of B.S 3464. All gate valves required for fitting to buried water mains shall be cast iron construction in accordance with the requirements of B.S 1218.

Page 55: COUNTY GOVERNMENT OF UASIN GISHU

54

54

All gate valves up to and including 65mm nominal bore shall be of bronze construction in accordance with the requirements of B.S 1952.

The pressure classified of all gate valves shall depend upon the pressure conditions pertaining to the site of works.

(c) Globe Valve

All globe valves up to and including 65mm nominal bore shall be of bronze construction in accordance with the requirements of B.S 3061

The pressure classification of all globe valves shall depend upon the pressure conditions pertaining to the site of works

(d) Check or Non- Return Valves

All checks or non-return valves 80mm nominal bore and above shall be of the swing checks type of cast iron construction in accordance with the requirement of B.S 4090.

The pressure classification of all checks or non-return valves shall depend upon the pressure conditions pertaining to site of the works

(e) Ball valves

All ball valve for use in connection with hot and cold-water services shall be of the Portsmouth type in accordance with requirements of B.S 1212, construction from bronze or other corrosion resistant materials. These valves fall into three pressure classification as follow: -

Page 56: COUNTY GOVERNMENT OF UASIN GISHU

55

(i) Low Pressure _ 3.58 b maximum

(ii) Medium Pressure - 7.72 b maximum

(iii) High Pressure - 12.62 b maximum

The pressure classification required for each ball valve will be designed in the description of its associated equipment contained in section C of the specification.

(e) Manually Operated Mixing Valve

Mixing valves for showed fitting and other appliances being provided under the Sub-contractor Works shall be manufactured in Accordance with the requirements of B.S 1415 from bronze or other corrosion resistant materials.

2.12.3 WASTE PITMENT TRAPS

(a) Standard and Deep Seal P & S Traps

Where standard or Deep Seal traps specified they shall be manufactured in suitable non-ferrous material in accordance with full requirements of B.S 1184

In certain circumstances, cast iron traps may be required for cast iron Bath and in these instances bath traps shall be provided which are Manufactured in accordance with the full requirements of B.S 1291

(b) Ant- Syphon Traps

Where ant-syphon traps are specified, these shall be similar or equal to the range traps manufactured by Greenwood and Hughes Ltd, Deacon Works Littellehampton, Sussex, England. The Trade Name for Traps Manufactured in Accordance with the requirements of B.S 1415 from bronze or other corrosion resistant materials.

55

Page 57: COUNTY GOVERNMENT OF UASIN GISHU

56

2.12.3 PIPE SUPPORTS

General

This sub-clause deals with pipe supports securing pipes to the structure of building for above ground application.

The variety and type of support shall be kept to a minimum and their design shall be such to facilitate quick and secure fixing to metal, concrete, masonry or wood. Consideration shall be given, when designing support, to the maintenance of desired pipe falls and the restraining of pipe movements to a longitudinal axial direction only. The Sub-contractor shall supply and install all steelwork forming part of the pipe support assemblies and shall be responsible for making good any damage to builders work associated with pipe support installation.

The sub-Contract shall submit his entire proposal for pipe supports to the Engineer for approval before any erection work commences.

(b) Steel , Copper pipes and Tubes

Pipe runs shall be secured by pipe clips connected to pipe hangers, wall brackets, or trapeze type supports. ‘U’ bolts shall not be used as a substitute for pipe clips without the prior approval of the Engineer.

An approximately guide to the maximum permissible supports spacing in metres for steel and copper pipe and tube is given in the following table for horizontal runs.

56

Page 58: COUNTY GOVERNMENT OF UASIN GISHU

57

57

Size Copper Tube steel tube Nominal Bores To B.S 659 To B.S 1387 15mm 1.25m 2.0m 20mm 2.0m 2.5m 25mm 2.0m 2.5m 32mm 2.5m 3.0m 40mm 2.5m 3.0m 50mm 2.5m 3.0m 65mm 3.0m 3.5m 80mm 3.0m 3.5m 100mm 3.0m 4.0m 125mm 3.0m 4.5m 150mm 3.5m

The support sizing for vertical runs shall not exceed one and half times the distances given horizontal runs.

(c) Cast Iron and Asbestos Cement Spigot and socket jointed Pipes

Cast iron and asbestos cement socketed pipes shall generally be supported at every socket joint by means of either holder bats secured rigidly to the structure, or purpose made straps for attachment to rigid steel support brackets. When holder bats are used, they shall conform to the requirements of B.S. 416.

Suitable anchors shall be provided at all changes of pipe directions, Junction and tees, to counter the effect of end thrust loads.

(d) Asbestos Cement Pressure Pipes

Asbestos Cement Pressure pipes with either cast iron detachable joints or asbestos cement screw joints shall be supported and anchored on either side of the joint. The joints shall remain free.

Page 59: COUNTY GOVERNMENT OF UASIN GISHU

58

58

Pipe hangers and trapeze type supports shall not be suitable for the suspension of asbestos pressure pipes unless they are designed with suitable restrictions to prevent swinging while at the same time providing the necessary support requirements.

Within building, asbestos pressure pipe shall be carried either on concrete supports or on rigidly fixed wall brackets.

Suitable anchors shall be provided at all changes of pipe directions, junctions and tees to counterpart the effect of end trust loads.

(e) Concrete and Pitch Pipes

These pipes shall not be used for above ground application.

(f) Expansion Joint and Anchors

Where practicable, cold pipe work systems shall be arranged with sufficient bends and changes of direction to absorb pipe expansion providinghat the pipe stresses are contained within the working limits prescribed in the relevant B.S. specification.

The sub-Contractor shall pay particular care when supporting cast iron and asbestos cement pipes in order to ensure that settlement and building movement do not brake the pipe joints.

Where piping anchors are supplied, they shall be fixed to the main structure only. Detail of all anchors design proposals shall be submitted to the Engineer for approval before erection commences.

The sub-Contractor when arranging his piping shall ensure that no expansion movements are transmitted directly to connections and flanges on pumps or other items of plant.

Page 60: COUNTY GOVERNMENT OF UASIN GISHU

59

The Sub-Contractor shall supply flexible joints to prevent vibrations and other movements being transmitted from pumps to piping systems or Vice Versa.

2.12.5 SANITARY APPLICANCES

All sanitary appliances supplied and installed as part of the sub- contract works shall comply with the general requirements of B.S.specification.

2.12.6 PIPE SLEEVES

Main runs of pipework are to be fitted with sleeves where they pass through walls and floors. Generally the sleeves shall be of P.V.C. except where they pass through the structure, where they shall be mild steel. The sleeves shall have 6mm –12mm clearance all around the pipes or for insulated pipe work all around the installation. The sleeve will then be packed with slag wool or similar.

2.13 INSTALLATION

2.13.1 GENERAL

Installation of pipes work, valves, fittings and equipment shall be carried out under adequate supervision from skilled staff to the relevant codes and standards as specified herein. The sub-contractor shall be responsible to the main contractor for ensuring that all builders work associate with his piping installation is carried out in a satisfactory manner to the approval of the Engineer.

59

Page 61: COUNTY GOVERNMENT OF UASIN GISHU

60

2.13.2 ABOVE GROUND INSTALLATION

(a) Water Service

Before any joints is made, the pipes shall be hung in their supports and adjusted to ensure that the jointing faces are parallel and any falls which shall be required are achieved without springing the pipes.

Where falls are shown on the contract Drawing or stated elsewhere in the specification, pipe work shall be installed parallel to the lines of the building and as close to the walls, ceilings, columns etc. as is practicable.

All water systems shall be provided with sufficient drain points and automatic air vents to enable them to function correctly. Valves and other user equipment shall be installed with adequate access for operation and maintenance. Where valves and other operation equipment are unavoidably installed beyond normal reach or in such position as to be difficult to reach from a short stepladder, extension spindles with floor or wall pedestals shall be provided.

Screwed piping shall be installed with sufficient number of unions to facilitate easy removals of fittings, and to enable alterations of pipe work to be carried out without the need to cut the pipe.

Full allowance shall be made for the expansions and contraction of pipe work, precautions being taken to ensure that any force produced by pipe movements are not transmitted to valves, equipment or plant.

60

Page 62: COUNTY GOVERNMENT OF UASIN GISHU

61

All screwed joist to piping and fitting shall be made with P.T.F.E. Tape. The pump shall maintain the test pressure for about one hour and if there is any leakage, it shall be measured by the quality of water pumped into the main in that time. A general leakage of one gallon per 25mm of diameter, per 1.6 Kilometer per 24 hour 30 metre head, may be considered reasonable but any visible individual leak shall be repaired.

(b) Sanitary Services

Soil, waste, and vent pipe systems shall be installed in accordance with the best standards of modern practice as described in B.S. 5572 to the approval of the Engineer.

The sub-Contractor shall provide all necessary roding and inspection facilities within the draining system in position where easy accessibility is available.

Where a branch requires roding facilities in a position to which normal access is unobtainable, then that branch shall be extended so as to provide a suitable purpose made roding eye in the interest adjacent wall or floor to which easy access is available.

The vent stacks shall terminate above roof level and where stack passes through roof, a weather skirt shall be provided. The sub- Contract shall be responsible for sealing the roof after installation of the stacks

The open end of each stack shall be fitted with a plastic coated, or galvanized steel, wire guard.

Access for roding and testing shall be provided at the foot of each stack

61

Page 63: COUNTY GOVERNMENT OF UASIN GISHU

62

62

(c) Sanitary Appliances

All sanitary appliances associated with the sub-Contract Work shall be Installed in accordance with the best standard of modern practice as described in B.S. 5572 to the approval of the Engineer.

2.13.3 UNDERGROUND INSTALLATION

(a) General

All underground water and drainage services installation shall be carried out in accordance with the best Standard of modern practice as described in C.P 301 and C.P. 310 respectively and the following clause.

(b) Sequence of Operation for Underground Services Installation

(1) Setting Out

As described in B.S. Codes of practice 301 Clause 502

(2) Breaking Up Surface (If In Roads)

As described in B.S. Code of practice 301 Clause 503

(3) Excavation and Timbering

As described in B.S. Code of practice 301 Clause 503 and the following: -

Excavation shall be made to such depths and dimensions as may be required by the Engineer to obtain prior falls and firm foundations. No permanent construction shall be commenced on any bottom until the excavation has been examined and approved by the Engineer.

Page 64: COUNTY GOVERNMENT OF UASIN GISHU

63

63

Should the Sub-contractor in error or without the instruction of the Engineer make any excavation below the requirement level of the pipe or bed, as the case may be, then shall be required to refill such excavation to the correct levels with concrete 1:4:8: to 38mm maximum aggregate size.

The sub-contractor’ prices shall have included for excavating in all material met with, for trimming bottoms to the necessary falls and for any extra excavation required for planking, strutting and working space.

The sub-contractor shall keep the whole of the trenches or other excavations free from water and shall execute such pumps as may be necessary to keep the excavation dry at all times.

No sub-soil water shall be discharged into the sewage system written permission of the Engineer.

(4) Laying of Concrete Beds or other Support for Pipes (If Required)

As described in B.S. Code of practice 301 Clause 504 and the following: -

All drains below buildings and roads shall be encased in concrete 150mm thick.

Concrete beds and support shall be concrete 1:3:6 to 20mm maximum aggregated size.

Page 65: COUNTY GOVERNMENT OF UASIN GISHU

64

64

(5) Pipe Laying and Jointing

Drain pipes shall be laid and jointed as described under B.S Code of practice 301 Clause 505.

Pitch fibre drain pipe shall be laid, jointed and cut in accordance with the requirements on the Node contained under Appendix C of B.S 2760.

Water pipes shall be laid and jointed as described under B.S. code of practice 310.Clause 401,403 and 404.

(6) Manholes

(i) General

All manholes provided under the sub-Contract works shall be constructed or approved materials and in an approved manner.

All manholes shall be water-tight and if constructed of brickwork, solid block work or stonework, they shall be rendered internally with a cement mortar of at least 12mm thickness and finished with a smooth surface.

The sides of all channels in every manholes shall be brought up vertically to a height of not less than the diameter of the drain and shall be benched in a good concrete from the top of the channels at an angle of 30 to the horizontal and floated to a smooth hard surface with a coat of 1:1 cement mortar In all other respects, manholes shall be constructed in accordance with B.S code of practice 301.

Page 66: COUNTY GOVERNMENT OF UASIN GISHU

65

(ii) Rectangular and Square Manholes

Rectangular and Square straight through manholes shall be constructed from brickwork, solid block work, stonework or concrete to comply with the following minimum internal dimensions (millimeters).

Depth Below Ground of Outgoing Invert

Internal Access Shift Dimensions LXW

Size of Main Shaft Diameter

Internal Chamber Dimensions LXW

Height of Chamber Above Benching

Wall Thickness

Up to 740 - 100 to 150 610 x460 - 150 Up to 740 - 230 to 460 760x760 - 150 Up to1200 - 100 to 150 760x760 - 150 160 to 1200 - 230 to 460 910x910 - 150 1220 to 1800 - 100 to 150 910x910 - 150 1220 to 1800 - 230 to 460 1070x910 - 150 1830 to 4550 100 x150 100 to 150 1370x910 1370 230 1830 to 4550 4570 & above 4570 & above

760 x 760 760 x760 760 x 760

230 to 460 100 to 150 230 to 460

1370x1070 1370x1140 1370x1140

1370 1680 1680

230 230 230

When branches are connected into the manhole, the length and width dimension of the chamber shall be increased as follows: -

Length Branch Diameter 100mm 300mm/branch on side with most branches. 150mm 380mm/branch on the side with most branches. 230 and 300mm/branch on the side with most branches.

65

Page 67: COUNTY GOVERNMENT OF UASIN GISHU

66

Width

Branch Diameter

100mm to 300mm for each side with branches plug 160mm 460mm or the diameter of the main drain whichever is the greater.

(iii) Precast Concrete Circular Manhole

Where specified straight through precast manholes shall be manufactured and constructed to comply with B.S. 556 and the following dimensional requirements, (Dimensions in Millimeters).

Depth Internal Size Height Ground of Access Main Chamber Chamber Outgoing Shaft Channel Diameter Above Invert Diameter Diameter Benching

Up to 740 - 100 to 460 910 - 760 to 2410 - 100 to 460 1070 - 2440 to 4550 760 100 to 460 1220 1370 4570 & over 760 100 to 460 1370 2680

When branches are connected into manholes the internal Diameter of the chamber shall be increased, as necessary, up to a maximum chamber 1830mm

66

Page 68: COUNTY GOVERNMENT OF UASIN GISHU

67

(iv) Step Iron and cover

Access shaft manholes of depth greater than 760mm shall be provided with approved step irons at suitable intervals.

Every manhole or manholes access shaft shall be fitted with a removable airtight cast iron cover to adequate size and strength, fixed in a manner, which prevents surface water gaining access into the drainage system.

Cast manhole covers and frames shall be manufactured in accordance with the requirements of B.S. 497 and shall generally fall into the following categories:-

Heavy Duty : : For carriageways Medium Duty : : : for footpaths Light duty : : For domestic remises or

Other places where they Do not have to carry Wheeled traffic.

(v) Back Drop Connections

Where the level of the branch drain entering the manhole is higher than can be suitably accommodated by the normal type benching, then the branch drain shall be connected to the manhole by means of a back drop connection.

Back drop connections shall be made in accordance with the details shown on the relevant sub-contract Drawing and the requirements of B.S. code or practice 301.

(vi) Channels

Where the branch channel connects to the main channels in the manhole, the invert of the branch channel shall be a minimum of 38mm higher than the main channel.

Page 69: COUNTY GOVERNMENT OF UASIN GISHU

68

(7) Testing of Pipelines

After pipelines are connected up and joints have been sealed, the pipelines shall be tested before pipe are, if required hunched or surrounded in concrete.

Methods of testing and inspection shall be in accordance with clause 4 of the specifications.

(8) Concrete Beddings, Haunching and Surround

Concrete bedding, hauching and surrounding shall be provided as necessary or where called for by the Engineer in accordance with the requirements laid down in B.S. code of Practice 301, Clause 310.

(9) Backfilling

Backfilling of trenches, headings and around manholes shall be carried out in accordance with the methods described in B.S. Codes.

(10) Reinstatement of surface

Following the final backfilling of all trenches, headings, and manhole surrounds, the surface of the excavated areas shall be fully reinstated to the approval of the Engineer.

68

Page 70: COUNTY GOVERNMENT OF UASIN GISHU

69

Where excavation have been carried out in public or other areas are not forming part of the site, the Sub-Contract shall be deemed to have allowed in his price for all charge associated with the temporary and final reinstatements of the local of highway Authority, Whether this is carried out by the sub-Contractor or by the Authority concerned.

No claim for extra in this respect will be accepted.

(11) Sewer Connection

The Sub-Contract shall pay all charges associated with the connection by the Local Authority of the drainage to the Main sewer, including necessary reinstatement.

2.14 TESTING AND INSPECTION

2.14.1 SITE TESTS-PIPEWORK SYSTEMS

(a) Underground Water Mains

After laying, jointing and anchoring, the main shall be slowly and carefully charged with water, so that all air is expelled and allowed to stand full for three days before testing under pressure.

Along main shall be tested in sections, as the work of laying proceeds and all joints shall be exposed for inspection during the testing.

69

Page 71: COUNTY GOVERNMENT OF UASIN GISHU

70

The open end of the main may be temporarily closed for testing under moderate pressure by fitting water, pipe-expanding plug, of which several types are available. The end of the main and the plug, of which secured by struts or otherwise, to resist the end thrust of the water pressure in the main.

If the section of the main terminates with a slice valve, the wedge of the valve shall not be used to retain the water, instead the valve shall be fitted temporarily with a blank flange, or socket valve with a plug and wedge shall be placed in the open position while testing. The Sub-contractor shall provided suitable end supports withstand the end thrust of the water pressure in the main.

(b) Above Ground Internal Water Services Installation.

All water service pipe system installed above ground shall be tested hydraulically for a period of one hour to not less than one and half times the design working pressure.

If preferred, the Sub-contractor may test the pipelines in sections. Any such section found to be satisfactory need not to be the subject of a further test when system has been completed, unless specifically requested by the Engineer.

During the test, each branch and joint shall be examined carefully for the leaks and any defects revealed shall be made good by the sub-contractor and the section re-tested.

The sub-contractor shall take all necessary precautions to prevent damage occurring to special valves and fittings during the tests. Any item damaged shall be repaired or replaced at the sub- contractor’s expense.

70

Page 72: COUNTY GOVERNMENT OF UASIN GISHU

71

(c ) Underground Drainage System

A site test shall be carried out on all drainage pipes before concrete Haunching or surrounds are applied. These tests shall be carried out preferably from manhole to manhole.

Short brand drains connected to main drain between manholes shall be tested as one system with the main drain. In long branches a testing junction shall be inserted next to the junction with the main drain and the branch tested separately. After the test has been passed, the testing junction shall be effectively sealed.

All tests on underground drains shall be permitted on cast iron drains at the discretion and the approval of the Engineer.

Water tests shall be carried out in accordance with the methods described under B.S code of practice 301,clause 601 (b) and (c) and the test pressure shall not be less than 1,520mm head at the highest point in the pipe section and do not more 10.360mm head at any point in the section.

The test pressure shall be maintained for a period of one hour during which time the pipe and joints shall be inspected for sweating and leakage. Any leakage discovered during the tests shall be made good by the sub-contractor and the section re-tested.

In addition to pressure tests, drain pipe runs shall also be tested for straightness where applicable. This test shall be carried out in accordance with one of the two methods described in B.S code of practice 301, clause 601 (e).

Testing of manholes shall be carried out in accordance with the methods described under B.S code of practice 301, clause 601 (f).

71

Page 73: COUNTY GOVERNMENT OF UASIN GISHU

72

(d) Above Ground Soil Waste and Ventilation System

All soil, waste and ventilation pipe system forming part of the above ground installation, shall be given appropriate test procedures as described in B.S. 5572:1972.

Smoke tests on above ground soil waste and ventilating pipe system shall not be permitted.

Pressure tests shall not be carried out before any work that is to be concealed is finally enclosed.

Any defects revealed by the tests shall be made good by the sub- contractor and the test repeated to the approval of the Engineer.

In all respects, tests shall comply with the requirements of B. S. 5572

2.14.2 SITE TEST - PERFORMANCE

Following satisfactory pressure test on the pipework systems. Operational tests shall be carried out in accordance with the relevant B.S. code of practice on the system as a whole to establish that special valves, gauges, controls, fittings, equipment and plant are functioning correctly to the satisfaction of the Engineer.

All hot water pipework shall be installed with performed fibre glass lagging to a thickness of 25mm where the pipe runs above a false ceiling or in areas where the ambient temperature is higher than normal with the result that pipe “seating” due to condensation will cause nuisance.

72

Page 74: COUNTY GOVERNMENT OF UASIN GISHU

73

All lagged pipes which run in a visible position after erection shall be given a canvas cover and prepared for a painting as follows: -

(i) Apply a coating of a suitable filler until the canvas weave

disappear and allow to dry. (ii) Apply two undercoats of an approved paint and finish in

suitable gloss enamel to colours approved by the Engineer.

All lagging for cold or hot water pipes erected in crawlways, ducts, and above false ceiling which, after erection are not visible from the corridors of rooms, shall be covered with a reinforce aluminum foil finish and banded in colours to be approved by the Engineer

In all respects, unless otherwise stated, the hot and cold water installation shall be carried out in accordance with the standards of modern practice as described in C.P. 342 and C.P. 310 respectively to the approval of the Engineer.

The test pressure shall be applied by means of manually operated test pump or, in the case of long main or mains or large diameter, by power driven test pump which shall not be left unattended. In either case precautions shall be taken to ensure that the requirement under this clause of specification.

The Sub-contractor shall be deemed to have included in his price for all test pumps, and other equipment required under this clause of specification.

The test pressure shall be one and half times the maximum working pressure except where a pipe is manufactured from a material for which the relevant B.S Specification designates a maximum test pressure as in the case of cast or spun iron pipe where the test pressure should not exceed 120,180, and 240 metre/ head of clause B, C and D pipes, respectively.

73

Page 75: COUNTY GOVERNMENT OF UASIN GISHU

74

2.15 STERILIZATION OF HOT AND COLD WATER SYSTEMS

All underground water mains and above ground water distribution systems, cistern, tanks, calorifiers, pumps etc shall be thoroughly sterilized and flushed out after the completion of all tests and before being fully commissioned for Handing over.

The sterilization procedures shall be carried out by the sub- contractor in accordance with the requirements of B.S. codes of practice 310, Clause 409, to the approval of the Engineer.

Page 76: COUNTY GOVERNMENT OF UASIN GISHU

75

75

PART D

PARTICULAR SPECIFICATION FOR SUPPLY AND INSTALLATION OF PORTABLE FIRE EXTINGUISHERS.

1.0 GENERAL

The particular specification details requirements for the supply and installation and commissioning of Fire Extinguishers that shall conform to B.S.5423: 1977. The sub-contractor shall include for all appurtenances and appliances not necessary called for in this specification or shown on the contract Drawings but which are necessary for the completion and satisfactory of the works.

It is in the opinion of the Sub-contractor there is a difference between the requirements of the specification and the Contract Drawings; he shall clarify these differences with the Engineer before tendering.

1.01 SCOPE OF WORKS

The sub-contractor shall supply, deliver, erect, test and commission all fire extinguishers which are called for to this specification and shown on the Contract Drawings and listed in these Bills of Quantities.

1.02 WATER /CO2 FIRE EXTINGUSHERS.

The portable 9 Liter water filled CO2 cartridge operated fire extinguishers shall comply with B.S. 1382: 1948 and to the requirement of B.S. 5423: 1977. unless manufactured with stainless steel, bodies shall have all internal surfaces completely coated with either a lead tin alloy to nine applied by hot dipping. There shall be no visibly uncoated areas.

Page 77: COUNTY GOVERNMENT OF UASIN GISHU

76

76

The extinguisher shall be clearly be marked with the following:-

(a) Method of operation

(b) The works “WATER TYPE” (GAS PRESSURE) in prominent letter

(c) Name and address of the manufacturer or responsible vendor

(d) The nominal charges of the Liquid in imperial gallons and Litres

(e) The liquid level to which the extinguisher is to be charged

(f) The year of manufacturer

(g) A declaration to the effect that the extinguisher has been tested to a pressure of 350: 15/sq. in (24: 1 bar)

(h) The number of the British standards BS 1883 or Bs 5423:1977

1.03 CARBON DIOXIDE FIRE EXTINGUISHER

The portable carbon dioxide fire extinguisher shall comply with BS 3326: 1960 and BS 5423:1977

The extinguisher shall be a seamless steel cylinder manufacture to one of

the following British Standards, Bs 401, Bs 1287 or BS 1288.

The filling ratio shall comply with BS 5355 with valves fittings for compressed gas cylinders to BS 314. Where a hose is fitted, it shall be flexible and have a

minimum working pressure of 3000 Ib/sq. in (206.85 bar, the hose is not to be under internal pressure until the extinguisher is operated.

Page 78: COUNTY GOVERNMENT OF UASIN GISHU

77

77

The nozzle shall be manufactured of brass gunmetal, aluminum or stainless steel and may be fitted with w suitable valve for temporally stopping the discharge if

such means are not incorporated in the operating head.

The discharge horn shall be designed and constructed so as direct the discharge and limit the entrainment of air. It shall be constructed of electrically non-

conductive material.

The following markings shall be applied to the extinguishers:-

(a) The word 4.5 KG Carbon dioxide fire extinguisher and to include the appropriate nominal gas content

(b) Method of operation

(c) The word “Re-Charge immediately after use”

(d) Instruction for periodical checking

(e) The number of the British Standard BS 3326: 1960 or BS 5423

(f) The manufacture name or identifications markings

1.04 DRY POWDER CHEMICAL PORTABLE FIRE EXITINGUISHER

The portable dry powder chemical fire extinguisher shall comply with BS 3465:1962 and BS 5423. The body shall be constructed of steel not less than

the requirements of BS 1449 or aluminum to BS 1470:1972 and shall be suitably protected against corrosion

The dry powder chemical fire extinguisher shall be non-toxic and retain its free flowing properties under normal storage conditions. Any pressurizing agent

used as an expellant shall be in dry state, in particular compressed air.

The discharge tube is either fitted shall be made of steel, brass, copper or other not less suitable materials. Where a hose is provided, it shall not exceed 1,060 MM and shall be acid and alkaline resistant. Provision shall be made for securing the nozzle when not in use.

Page 79: COUNTY GOVERNMENT OF UASIN GISHU

78

The following shall be clearly marked with the following information:-

(a) The word “Dry Powder Chemical Fire Extinguisher”

(b) Method of operation in prominent letters.

(c) The working pressure and the weight of the powder charge in Kilogram’s

(d) Manufacturer’s name of identification

(e) The word “Recharge after Use” if rechargeable

(f) Instruction to regularly check the weight of the pressure container (gas cartridge) or inspect the pressure indicator on stored pressure type when fitted, and remedy any loss indicated either

(g) The year of manufacture

(h) The pressure to which the extinguisher was tested

(i) The number of the British Standard BS 3465 or Bs 5423:1977

(j) Where appropriate complete instructions for charging the extinguisher

shall be clearly marked on the extinguisher or otherwise be supplied with the refill.

78

Page 80: COUNTY GOVERNMENT OF UASIN GISHU

80

80

FIRE INSTRUCTION NOTICE In the event of fire;

1. Raise the alarm by actuating the nearest alarm system point, sound Siren/gong or shout fire!

2. Attack fire using the nearest available equipment.

3. Call nearest fire Brigade or police

999 and inform your Switchboard (PABX) operator. 4. Ensure that all personnel not involved in fire fighting evacuate to safety outside the building.

5. Close but DO NOT LOCK doors behind as you leave.

6. Evacuate the building using stairs or fire escapes. Do not use Lifts/escalators.

Do not stop or return for personal belongings.

7. Assembleoutside the building for roll call.

1.05 SIGNAGE-FIRE INSTRUCTION/FIRE EXIT.

1.05.1 FIRE INSTRUCTION NOTICE

Print fire instruction on the Perspex plates with white colour back ground measuring 510mm length x 380mm width x 4mm thick as follows;

1.05.2 FIRE EXIT SIGN. Print fire exit signs on the Perspex plate, 4mm thick, with white colour background as follows;

1. Lettering IN RED COLOUR of not less than 50mm in height. 2. A Pendant sign bearing words, FIRE EXIT and with a directional

arrow.

The sign must be capable of being read from both approaches to exit and so is double sided

Page 81: COUNTY GOVERNMENT OF UASIN GISHU

81

81

COLD ROOM INSTALLATION (A) GENERAL SPECIFICATION (a) Scope of sub-contract works.

The subcontract shall comprise the supply, delivery ,installation ,setting to work, testing and commissioning of all the materials and equipments called for in this specification and/or shown on the contract drawings. The tender shall include for all appurtenances and appliances not particularly called for in this specification or on contract drawings but which are neccessary for the completion and satisfactory functioning of the subcontract works. No claim for extra payment shall be accepted from the subcontractor for Non- Compliance with the above requirements. If the opinion of the tenderer there exists a difference between the specification and the contract drawings the tenderer should clarify the difference with the Engineer before tendering. All the works shall be performed in straight forward manner by competent workmen under skilled supervision to the entire satisfaction of the Engineer

(b) Commencement of works The subcontractor in submitting his tender shall be deemed to have included for commencing any necessary work on site at such time as will comply with the main contractors programme, or as shall be directed by the Engineer.

(c) Climatic conditions.

The following climatic conditions apply at the site of thee subcontractor works and all mateials and equiplments used shall be suitable for this conditions.

Maximum design temperature… ............ 36oC Minimum temperature .................... 5oC Relative Humidity… ................ ….45-85%

Extremely heavy rains fall at certain periods of the year and the tenderer shall be deemed to have taken account of this fact in his prices and in the planning of the execution of the subcontract works.

(d) System design data for cold room

Internal temperature ..........…-19oC +_1oC Outside temperature……………5oC-36

(e) Description of the subcontracted works.

The works covered under this subcontract shall compromise but not restricted to supply, delivery, installation, testing and commissioning of cold room equipment.

(f) Ordering The subcontractor shall order materials from the quantities taken from his own approved working and not the quantities shown in the specifications.

(g) Pricing.

Page 82: COUNTY GOVERNMENT OF UASIN GISHU

82

82

All prices to be inclusive of duty, V.A.T. and all other government taxes current at the time of tendering.

Page 83: COUNTY GOVERNMENT OF UASIN GISHU

83

83

(B) PARTICULAR SPECIFICATIONS. (a) COLD ROOM

Cooling equipment necessary for storing one tone (1000 kg) of beef meat at -19oC is to be supplied, delivered and installed on site. The equipment is to consist of complete refrigeration system, comprising condensing unit, cooling unit, refrigeration pipe work and controls. Also with equipment are meat hooks and meat hanging rails, insulated wooden door and all the necessary insulations, control panel and isolator. The contractor shall be responsible for insulating the cold room walls, floor and ceiling.

(b) CONDENSING UNIT. The condensing unit complete shall be of size and capacity to comply with required duties and shall be supplied and installed as in the contract . The condensing unit shall be of capacity to cope with evaporation cooling load of 4.0 KW. The unit shall comprise an open type belt-driven compressor and it shall be air cooled, the unit shall also incorporate a finned tube condenser assembly, a four plated fan, a cylindrical welded steel liquid receiver and an external electric cable connection box, the whole being mounted on a solid steel base frame on ant vibration mountings and complete with a suitable charge of refrigerant and lubricant oil.

(c) COOLING UNIT The cooling unit shall comprise of a copper tube/aluminium fins cooler block, four plated propeller type air circulation fan, refrigerant controls and guards mounted on a light all steel rigid mounting frame enclosed in an aluminium casing and suitable for wall fixing shall be supplied and installed as on the drawing. The evaporator cooling coils shall be of 4.0 KW cooling capacity under the specified conditions and shall be of direct expansion type and preferably similar in make as the condensing unit. The defrost electric heater element shall be fitted a long side the cooling coil, the expansion valve shall be externally pressure equalized and manually adjustable grade extruded aluminium bars with an a lum silver grey finish and 32mm bevelled edges as fixing flanges.

(d) COLD ROOM INSULLATION. The cold room shall be insulated in accordance with the contract drawing provided. Walls, floor and ceiling shall be vapour sealed by means of two layers of bitumen sealant. Rigid polystyrene insulation or equal and approved shall be applied to walls, floor and ceiling in three staggered layers. The insulation shall be fixed by means of bitumen adhesive at regular intervals between insulations to facilitate fixing of chicken wire mesh (heavy gauge) all over the insulation The main contractor shall finish off the walls and ceiling with plaster and terrazzo.

COLD ROOM DOOR The cold room store shall be provided with a door size 2000mm high x 750mm wide, which shall open clear outwards as shown on the drawings. The door fasteners shall include spring and roller bolt type mechanism. The door locking devices shall provide for door to be opened from both outside and inside of the cold store. It shall be complete with efficient gaskets to

Page 84: COUNTY GOVERNMENT OF UASIN GISHU

84

84

ensure an air-tight seal and heater taped. The door jambs shall be metal clad for protection and door fittings shall be chromium plated.

Page 85: COUNTY GOVERNMENT OF UASIN GISHU

85

(f) WALLS

The internal walls shall have white ceramic tiles finish and external walls finishes / ceiling shall be matched with the corresponding external walls of the other rooms.

(g) REFRIGERATION PIPE WORK AND FITTINGS.

Pipe work shall be of approved copper tubing and fittings and shall be properly sized in conformity with “TRAINE REFRIGERATION MANUAL “ or equal to be approved. The section line shall be insulated with at least 25 mm thickness of approved insulating material which shall not have insulation properties inferior to those of cork.

The refrigeration system shall be provided with the following components, as manufactured by Danfoss or equal to be approved. Expansion valve –Externally equalized and manually adjustable

- Solenoid valve, filter/ drier, sight glass, suction gauge, delivery gauge and temperature gauge.

(h) CONTROL PANEL The control panel shall be of grey stove enamel finish and clear Perspex front cover. The panel shall incorporate the following:- Isolator, switches, indicator lamps green “RUN”, amber “OFF” and yellow for “TRIP “audible and visual high temperature alarm, 100mm dial thermometer For Indicating cold room temperature. The Sub Contractor shall provide the control panel and shall be responsible for Its fixing and satisfactory operation.

( I ) ELECTRICAL WORKS It shall be the responsibilities of other to provide electrical power supply (3 – phase

415V,50Hz) indicating local fused isolator to the plant room. The Sub- contractor shall be responsible for providing electrical wiring and connecting power from the local isolator to his equipment.

(J) MATERIALS AND HOOKS

Meat rails shall be fabricated from stainless steel pipe size 50 mm diameter and Stainless steel page gauge 16 for rail footing. They shall be 1.75 meters high Meat hooks shall be fabricated from stainless mild steel rod size 12 mm diameter and conveniently sharpened at one end. The unsharpened end shall also be conveniently formed so as slip and fit on the meat rails.

82

Page 86: COUNTY GOVERNMENT OF UASIN GISHU

86

BILL OF QUANTITIES FOR MECANICAL SERVICES NOTES TO THE TENDERER

3. The tenderer shall insert prices and rates in the following schedules of prices.

4. The unit rates shall be used to assess the value of additions or omissions arising from authorized

variations to the contract works.

5. The unit rates shall be deemed to be used by the contractor in the preparation of his tender, and shall include for everything that is necessary to install the section of works referred, complete with testing and commissioning.

6. The unit rates shall include the supply, delivery, insurance, unpacking, assembling, clearing, installation,

connecting, profit, all government taxes and any other obligation under the contract.

7. The tender must satisfy himself that he has enough information to submit his tender that will lead to completion and satisfactory operation of the works

8. In the event of discrepancies between the quantities given and the drawings the tenderer shall draw

the attention of the Consulting Engineers before any adjustments.

9. In the event of omissions that would lead to unsatisfactory completion of the works the Tender shall immediately inform the Consulting Engineer for correction.

DRAWINGS

Page 87: COUNTY GOVERNMENT OF UASIN GISHU

87

Page 88: COUNTY GOVERNMENT OF UASIN GISHU

88

SECTION VII:

BILLS OF QUANTITIES

Notes for preparing Bills of Quantities 1.0 Preamble To Bill of Quantities

a) The Bill of Quantities shall form part of the Contract Documents and is to be read in conjunction with the Instructions to Tenderers, Conditions of Contract Parts I and II, Specifications and Drawings.

b) The brief description of the items in the Bill of Quantities is purely for the purpose of identification, and in no way modifies or supersedes the

detailed descriptions given in the conditions of Contract and Specifications for the full direction and description of work and materials.

c) The Quantities set forth in the Bill of Quantities are estimated and provisional, representing substantially the work to be carried out, and are given to provide a common basis for tendering and comparing of Tenders. There is no guarantee to the Contractor that he will be required to carry out all the quantities of work indicated under any one particular item or group of items in the Bill of Quantities. The basis of payment shall be the Contractor’s rates and the quantities of work actually done in fulfilment of his obligation under the Contract.

d) The prices and rates inserted in the Bills of Quantities will be used for valuing work executed, and the Engineer will measure the whole of the works

executed in accordance with this Contract.

e) A price or rate shall be entered in ink against every item in the Bill of Quantities with the exception of items, which already have provisional sums, affixed thereto. The Tenderers are reminded that no “nil” or “included” rates or “lump-sum” discounts will be accepted. The rates for various items should include discounts if any. Tenderers who fail to comply will be disqualified.

f) Provisional sums (including Dayworks) in the Bill of Quantities shall be expended in whole or in part at the discretion of the Engineer in

accordance with Sub-clause 52.4 and Clause 58 of part of the Conditions of Contract.

g) The price and rates entered in the Bill of Quantities shall, except insofar as it is otherwise provided under the Contract, include all Constructional plant to be used, labour, insurance, supervision, compliance, testing, materials, erection, maintenance or works, overheads and profits, taxes and duties together with all general risks, liabilities and obligations set out or implied in the Contract, transport, electricity and telephones, water, use and replenishment of all consumables, including those required under the Contract by the Engineer and his staff.

h) Errors will be corrected by the Employer for any arithmetic errors in computation or summation as follows:

Page 89: COUNTY GOVERNMENT OF UASIN GISHU

89

(a) Where there is a discrepancy between amount in words and figures, the amount in words will govern; and

(b) Where there is a discrepancy between the unit rate and the total amount derived from the multiplication of the unit price and the quantity,

the unit rate as quoted will govern, unless in the opinion of the Employer, there is an obviously gross misplacement of the decimal point in the unit price, in which event the total amount as quoted will govern and the unit rate will be corrected.

(c) If a Tenderer does not accept the correction of errors as outlined above, his Tender will be rejected.

i) The Bills of Quantities, unless otherwise expressly stated therein, shall be deemed to have been prepared in accordance with the principles of the latest edition of the Civil Engineering Standard Method of Measurement (CESMM).

j) “Authorised” “Directed” or “Approved” shall mean the authority, direction or approval of the Engineer.

k) Unless otherwise stated, all measurements shall be net taken on the finished work carried out in accordance with the details shown on the drawings

or instructed, with no allowance for extra cuts or fills, waste or additional thickness necessary to obtain the minimum finished thickness or dimensions required in this Contract. Any work performed in excess or the requirements of the plans and specifications will not be paid for, unless ordered in writing by the Engineer.

l) (a) Hard material, in this Contract, shall be defined as the material which, in the opinion of the Engineer, require blasting, or the use of metal

wedges and sledgehammers, or the use of compressed air drilling for their removal, and which cannot be extracted by ripping with a dozer tractor of at least 150 brake horse power (112 kilowatt) with a single, rear-mounted, hydraulic ripper. Boulders of more than 0.2m3 occuring in soft material shall be classified as hard material (b) Soft material shall be all material other than hard material.

2.0 The objectives of the Bills of Quantities are;

(a) to provide sufficient information on the quantities of Works to be performed to enable tenders to be prepared efficiently and accurately;

and

(b) when a Contract has been entered into, to provide a priced Bills of Quantities for use in the periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bills of Quantities in sufficient detail to distinguish between the different classes of Works, or between Works of the same nature carried out in different locations or in other circumstances which may give rise to different considerations of cost. Consistent with these requirements, the layout and content of the Bills of Quantities should be as simple and brief as possible.

Page 90: COUNTY GOVERNMENT OF UASIN GISHU

90

3.0 The Bills of Quantities should be divided generally into the following sections:

(a) Preliminaries.

The preliminaries should indicate the inclusiveness of the unit prices, and should state the methods of measurement which have been adopted in the preparation of the Bills of Quantities and which are to be used for the measurement of any part of the Works.

The number of preliminary items to be priced by the tenderer should be limited to tangible items such as site office and other temporary works, otherwise items such as security for the Works which are primarily part of the Contractor’s obligations should be included in the Contractor’s rates.

(b) Work Items

(i) The items in the Bills of Quantities should be grouped into sections to distinguish between those parts of the Works which by

nature, location, access, timing or any other special characteristics may give rise to different methods of construction or phasing of the Works or considerations of cost. General items common to all parts of the Works may be grouped as a separate section in the Bills of Quantities.

(ii) The brief description of the items in the Bill of Quantities should in no way modify or supersede the detailed descriptions given in

the Contract drawings, Conditions of Contract and Specifications.

(iii) Quantities should be computed net from the Drawings, unless directed otherwise in the Contract, and no allowance should be made for bulking, shrinkage or waste. Quantities should be rounded up or down where appropriate.

(iv) The following units of measurement and abbreviations are recommended for use.

Page 91: COUNTY GOVERNMENT OF UASIN GISHU

91

Unit Abbreviation

Unit Abbreviation

cubic meter hectare hour kilogram lump sum meter metric ton (1,000 kg)

M3 or cu m ha h kg sum m t

millimeter month number square meter square millimeter week

mm mon nr m2 or sq m mm2 or sq mm wk

(v) The commencing surface should be identified in the description of each item for Work involving excavation, boring or drilling, for

which the commencing surface is not also the original surface. The excavated surface should be identified in the description of each item for Work involving excavation for which the excavated surface is not also the final surface. The depths of Work should be measured from the commencing surface to the excavated surface, as defined.

(c) Daywork Schedule

A Daywork Schedule should be included if the probability of unforeseen work, outside the items included in the Bills of Quantities is relatively high. To facilitate checking by the Employer of the realism of rates quoted by the tenderers, the Daywork Schedule should normally comprise:

(i) a list of the various classes of labour, and materials for which basic Daywork rates or prices are to be inserted by the tenderer, together with

a statement of the conditions under which the Contractor will be paid for Work executed on a Daywork basis; and (ii) a percentage to be entered by the tenderer against each basic Daywork Subtotal amount for labour, materials and plant representing the

Contractor’s profit, overheads, supervision and other charges. (d) Provisional Quantities and Provisional Sums

Page 92: COUNTY GOVERNMENT OF UASIN GISHU

92

(i) Provision for quantity contingencies in any particular tem or class of Work with a high expectation of quantity overrun should be

made by entering specific “Provisional Quantities” or “Provisional Items” in the Bills of Quantities, and not by increasing the quantities for that item or class of Work beyond those of the Work normally expected to be required. To the extent not covered above, a general provision for physical contingencies (quantity overruns) should be made by including a “Provisional Sum” in the Summary of the Bills of Quantities. Similarly, a contingency allowance for possible price increases should be provided as a “Provisional Sum” in the Summary of the Bills of Quantities. The inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises.

(ii) Provisional Sums to cover specialized works normally carried out by Nominated Sub Contractors should be avoided and instead Bills

of Quantities of the specialised Works should be included as a section of the main Bill of Quantities to be priced by the Main Contractor. The Main Contractor should be required to indicate the name (s) of the specialised firms he proposes to engage to carry out the specialized Works as his approved domestic sub-contractors. Only Provisional Sums to cover specialized Works by statutory authorities should be included in the Bills of Quantities.

(iii) Unless otherwise provided in the Contract, the Provisional Sums included in the Bills of Quantities should always be expended in

whole or in part at the discretion of the Engineer after full consultation with the Employer.

(e) Summary

The Summary should contain a tabulation of the separate parts of the Bills of Quantities carried forward, with Provisional Sums for Dayworks, physical (quantity) contingencies, and price contingencies (upward price adjustment) where applicable.

Page 93: COUNTY GOVERNMENT OF UASIN GISHU

93

SECTION VIII STANDARD FORMS (i) Form of Invitation for Tenders

(ii) Form of Tender (iii) Appendix to Form of Tender (iv) Letter of Acceptance (v) Form of Agreement (vi) Form of Tender Security (vii) Performance Bank Guarantee (unconditional) (viii) Bank Guarantee for Advance Payment (ix) Tender Questionnaire (xi) Confidential Business Questionnaire (x) Statement of Foreign Currency Requirement (xi) Schedule of Materials;- Basic Prices (xii) Schedule of Labour;- Basic Prices (xiii) Schedule of Plant and Equipment (xv) Details of Sub-Contractors (xvi) Certificate of Tenderer’s Site visit (xvii) Form of Written Power of Attorney (xviii) Key Personnel (xix) Completed Civil Works (xx) Schedule of Ongoing Projects (xxi) Other Supplementary Information (xxii) Request for Review Form

Page 94: COUNTY GOVERNMENT OF UASIN GISHU

94

FORM OF INVITATION FOR TENDERS

_______________________[date]

To: _____________________________________ [name of Contractor] _____________________________________[address] _____________________________________ _____________________________________ Dear Sirs: Reference:_________________________________________[Contract Name] You have been prequalified to tender for the above project. We hereby invite you and other prequalified tenderers to submit a tender for the execution and completion of the above Contract. A complete set of tender documents may be purchased by you from _________________________ [mailing address, cable/telex/facsimile numbers]. Upon payment of a non-refundable fee of Kshs __________________ All tenders must be accompanied by ________________number of copies of the same and a security in the form and amount specified in the tendering documents, and must be delivered to ____________________________________________________________________ [address and location] at or before _______________________(time and date). Tenders will be opened immediately thereafter, in the presence of tenderers’ representatives who choose to attend.

Page 95: COUNTY GOVERNMENT OF UASIN GISHU

95

Please confirm receipt of this letter immediately in writing by cable/facsimile or telex. Yours faithfully, _____________________________________ Authorised Signature _____________________________________ Name and Title

Page 96: COUNTY GOVERNMENT OF UASIN GISHU

96

FORM OF TENDER TO: __________________________[Name of Employer) ____________[Date] __________________________[Name of Contract] Dear Sir, 1. In accordance with the Conditions of Contract, Specifications, Drawings and Bills of Quantities for the execution of the above named Works, we, the

undersigned offer to construct, install and complete such Works and remedy any defects therein for the sum of Kshs._____________________________[Amount in figures]Kenya Shillings___________________________________________________________________________________________[Amount in words]

2. We undertake, if our tender is accepted, to commence the Works as

soon as is reasonably possible after the receipt of the Project Manager’s notice to commence, and to complete the whole of the Works comprised in the Contract within the time stated in the Appendix to Conditions of Contract.

3. We agree to abide by this tender until ___________________[Insert date], and it shall remain binding upon us and may be accepted at any time before that

date. 4. Unless and until a formal Agreement is prepared and executed this tender together with your written acceptance thereof, shall constitute a binding Contract

between us. 5. We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this ____________________ day of _______20________________ Signature __________________in the capacity of___________________ duly authorized to sign tenders for and on behalf of _____________________________________________[Name of Employer] of___________________________________________[Address of Employer] Witness; Name______________________________________

Page 97: COUNTY GOVERNMENT OF UASIN GISHU

97

Address_____________________________________ Signature___________________________________

Page 98: COUNTY GOVERNMENT OF UASIN GISHU

98

CONDITIONS OF CONTRACT CLAUSE AMOUNT Tender Security (Bank Guarantee only) Kshs Amount of Performance Security (Unconditional Bank Guarantee)

10.1 ___ percent of Tender Sum in the form of Unconditional Bank Guarantee

Program to be submitted 14.1 Not later than ___ days after issuance of Order to Commence

Cashflow estimate to be submitted 14.3 Not later than ___ days after issuance of Order to Commence

Minimum amount of Third Party Insurance

23.2 Kshs.

Period for commencement, from the Engineer’s order to commence

41.1 ______ days

Time for completion 43.1 ………………………… Amount of liquidated damages 47.1 Kshs. per day Limit of liquidated damages 47.1 ___% of Contract Value Defect Liability period 49.1 Months Percentage of Retention 60.5 ___ of Interim Payment Certificate Limit of Retention Money 60.5 ___ % of Contract Price Minimum amount of interim certificates 60.2 Contract value/Time for completion in months Time within which payment to be made after Interim Payment Certificate signed by Engineer

60.8 _______days

Time within which payment to be made after Final Payment Certificate signed by Engineer

60.8 _________ days

Appointer of Arbitrator 67(3) Chief Justice of The Republic of Kenya Notice to Employer and Engineer 68.2 The Employers address is:

Permanent Secretary, Ministry of……, P.O.Box …… NAIROBI The Engineer’s address is: Chief Engineer(……), Ministry of……, P.O.Box…… NAIROBI

Page 99: COUNTY GOVERNMENT OF UASIN GISHU

99

Date_______________________________________

APPENDIX TO FORM OF TENDER

(This appendix forms part of the tender)

Signature of Tender………………………………… Date……………………

Page 100: COUNTY GOVERNMENT OF UASIN GISHU

100

LETTER OF ACCEPTANCE

[letterhead paper of the Employer]

_______________________[date] To: _______________________ [name of the Contractor] _____________________ [address of the Contractor] Dear Sir, This is to notify you that your Tender dated ___________________________ for the execution of ________________________________________________ [name of the Contract and identification number,as given in the Tender documents] for the Contract Price of Kshs. __________________________ [amount in figures][Kenya Shillings______________________________(amount in words) ] in accordance with the Instructions to Tenderers is hereby accepted. You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents. Authorized Signature ………………………………………………………………… Name and Title of Signatory ………………………………………………………… Attachment : Agreement

FORM OF AGREEMENT THIS AGREEMENT, made the _________________ day of ________ 20 ______ between________________________________________________of[or whose registered office is situated at]__________________________________________ (hereinafter called “the Employer”) of the one part AND

Page 101: COUNTY GOVERNMENT OF UASIN GISHU

101

________________________________________________________of[or whose registered office is situated at]_________________________________________ (hereinafter called “the Contractor”) of the other part. WHEREAS THE Employer is desirous that the Contractor executes ________________________________________________________________________ (name and identification number of Contract ) (hereinafter called “the Works”) located at______________________________[Place/location of the Works]and the Employer has accepted the tender submitted by the Contractor for the execution and completion of such Works and the remedying of any defects therein for the Contract Price of Kshs___________________________[Amount in figures],Kenya Shillings_____________________________________________[Amount in words]. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter

referred to. 2. The following documents shall be deemed to form and shall be read and construed as part of this Agreement i.e.

(i) Letter of Acceptance

(ii) Form of Tender

(iii) Conditions of Contract Part I

(iv) Conditions of Contract Part II and Appendix to Conditions of Contract

(v) Specifications

(vi) Drawings

(vii) Priced Bills of Quantities 3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer

to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

Page 102: COUNTY GOVERNMENT OF UASIN GISHU

102

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein,

the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The common Seal of _________________________________________________ Was hereunto affixed in the presence of ________________________________ Signed Sealed, and Delivered by the said ______________________________ Binding Signature of Employer ________________________________________ Binding Signature of Contractor _______________________________________ In the presence of (i) Name_______________________________________ Address_____________________________________ Signature___________________________________

[ii] Name _______________________________________ Address_____________________________________ Signature____________________________________

Page 103: COUNTY GOVERNMENT OF UASIN GISHU

103

FORM OF TENDER SECURITY WHEREAS ………………………………………..(hereinafter called “the Tenderer”) has submitted his tender dated ………………………… for the construction of ……………………………………………………………………… …………………… (name of Contract) KNOW ALL PEOPLE by these presents that WE ……………………… having our registered office at ………………(hereinafter called “the Bank”), are bound unto ……………………………(hereinafter called “the Employer”) in the sum of Kshs.……………………… for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents sealed with the Common Seal of the said Bank this ……………. Day of ………20………… THE CONDITIONS of this obligation are: 1. If after tender opening the tenderer withdraws his tender during the period of tender validity specified in the instructions to tenderers

Or

2. If the tenderer, having been notified of the acceptance of his tender by the Employer during the period of tender validity:

(a) fails or refuses to execute the form of Agreement in accordance with the Instructions to Tenderers, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to Tenderers; (c) rejects a correction of an arithmetic error in the tender.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the said date.

___________________________ ______________________________ [date[ [signature of the Bank] ___________________________ ______________________________ [witness] [seal]

(Amend accordingly if provided by Insurance Company)

Page 104: COUNTY GOVERNMENT OF UASIN GISHU

104

PERFORMANCE BANK GUARANTEE (UNCONDITIONAL) To: _________________________(Name of Employer) ___________(Date) __________________________(Address of Employer) Dear Sir, WHEREAS ______________________(hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. _____________ dated _________ to execute _______________ (hereinafter called “the Works”); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of Kshs. ________________ (amount of Guarantee in figures) Kenya Shillings__________________________________________ (amount of Guarantee in words), and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Kenya Shillings _________________________ (amount of Guarantee in words) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change, addition or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any change, addition, or modification. This guarantee shall be valid until the date of issue of the Certificate of Completion.

SIGNATURE AND SEAL OF THE GUARANTOR ___________________

Page 105: COUNTY GOVERNMENT OF UASIN GISHU

105

Name of Bank ____________________________________________

Address ________________________________________________

Date ______________________________________________________

(Amend accordingly if provided by Insurance Company)

BANK GUARANTEE FOR ADVANCE PAYMENT To: ________________________ [name of Employer] ___________(Date) ___________________ [address of Employer] Gentlemen, Ref: _______________________________________________[name of Contract] In accordance with the provisions of the Conditions of Contract of the above-mentioned Contract, We,_______________________________________[name and Address of Contractor] (hereinafter called “the Contractor”) shall deposit with _______________________________[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Contract in an amount of Kshs._____________[amount of Guarantee in figurers] Kenya Shillings_____________________________________[amount of Guarantee in words]. We, ________________[bank or financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ___________________________[name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding Kshs________________________[amount of Guarantee in figures] Kenya Shillings _____________________________________________________________[amount of Guarantee in words], such amount to be reduced periodically by the amounts recovered by you from the proceeds of the Contract. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between ________________________[name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. No drawing may be made by you under this guarantee until we have received notice in writing from you that an advance payment of the amount listed above has been paid to the Contractor pursuant to the Contract.

Page 106: COUNTY GOVERNMENT OF UASIN GISHU

106

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until ____________________________________(name of Employer) receives full payment of the same amount from the Contract. Yours faithfully, Signature and Seal __________________________________________________ Name of the Bank or financial institution ______________________________ Address ______________________________________________________________ Date _________________________________________________________________ Witness: Name: ____________________________________________________ Address: __________________________________________________ Signature: ________________________________________________ Date: _____________________________________________________

Page 107: COUNTY GOVERNMENT OF UASIN GISHU

107

TENDER QUESTIONNAIRE

Please fill in block letters. 1. Full names of tenderer

……………………………………………………………………………………… 2. Full address of tenderer to which tender correspondence is to be sent (unless an agent has been appointed below)

……………………………………………………………………………………… 3. Telephone number (s) of tenderer

……………………………………………………………………………………… 4. Telex address of tenderer

……………………………………………………………………………………… 5. Name of tenderer’s representative to be contacted on matters of the tender during the tender period

……………………………………………………………………………………… 6. Details of tenderer’s nominated agent (if any) to receive tender notices. This is essential if the tenderer does not have his registered address in Kenya

(name, address, telephone, telex)

……………………………………………………………………………………… ……………………………………………………………………………………… _______________________ Signature of Tenderer Make copy and deliver to:_____________________(Name of Employer)

Page 108: COUNTY GOVERNMENT OF UASIN GISHU

108

Page 109: COUNTY GOVERNMENT OF UASIN GISHU

109

DECLARATION FORM

Date To The tenderer i.e. (name and address) Declare the following: a) Has not been debarred from participating in public procurement. b) Has not been involved in and will not be involved in corrupt and fraudulent practices regarding public procurement. Title Signature Date (To be signed by authorized representative and officially stamped)

Page 110: COUNTY GOVERNMENT OF UASIN GISHU

110

CONFIDENTIAL BUSINESS QUESTIONNAIRE

You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) or 2 (c) and 2 (d) whichever applies to your type of business. You are advised that it is a serious offence to give false information on this Form. Part 1 – General Business Name ……………………………………………………………………… Location of business premises; Country/Town………………………. Plot No……………………………………… Street/Road ………………………… Postal Address……………………………… Tel No……………………………….. Nature of Business………………………………………………………………….. Current Trade Licence No…………………… Expiring date………………… Maximum value of business which you can handle at any time: K. pound……………………….. Name of your bankers……………………………………………………………… Branch………………………………………………………………………………… Part 2 (a) – Sole Proprietor Your name in full…………………………………… Age………………………… Nationality………………………………… Country of Origin………………… *Citizenship details …………………………………………………………………

Page 111: COUNTY GOVERNMENT OF UASIN GISHU

111

Part 2 (b) – Partnership

Give details of partners as follows:

Name in full Nationality Citizenship Details Shares 1…………………………………………………………………………………… 2…………………………………………………………………………………… 3……………………………………………………………………………………

Part 2(c) – Registered Company: Private or public…………………………………………………………… State the nominal and issued capital of the Company- Nominal Kshs………………………………………………………………… Issued Kshs…………………………………………………………………… Give details of all directors as follows: Name in full . Nationality. Citizenship Details*. Shares. 1. ……………………………………………………………………………………… 2. ……………………………………………………………………………………… 3. ……………………………………………………………………………………… 4. ……………………………………………………………………………………… Part 2(d) – Interest in the Firm: Is there any person / persons in …………… ……… (Name of Employer) who has interest in this firm? Yes/No……………………… (Delete as necessary)

Page 112: COUNTY GOVERNMENT OF UASIN GISHU

112

I certify that the information given above is correct. ……………………… ……………………… ………………… (Title) (Signature) (Date)

* Attach proof of citizenship

Page 113: COUNTY GOVERNMENT OF UASIN GISHU

113

STATEMENT OF FOREIGN CURRENCY REQUIREMENTS

(See Clause 60[5] of the Conditions of Contract)

In the event of our Tender for the execution of____________________ __________________________(name of Contract) being accepted, we would require in accordance with Clause 21 of the Conditions of Contract, which is attached hereto, the following percentage: (Figures)………………………… (Words)………………………………… of the Contract Sum, (Less Fluctuations) to be paid in foreign currency. Currency in which foreign exchange element is required: ……………………………………………………………………………………… Date: The ………… Day of …………….. 20……………. Enter 0% (zero percent) if no payment will be made in foreign currency. Maximum foreign currency requirement shall be _____________(percent) of the Contract Sum, less Fluctuations.

_____________________ (Signature of Tenderer)

Page 114: COUNTY GOVERNMENT OF UASIN GISHU

114

SCHEDULE OF MATERIALS;-BASIC PRICES (Ref: Clause 70 of Conditions of Contract)

PROPOSED INSTALLATION OF COLD ROOMS AT KIMUMU- BAHATI MARKET IN UASIN GISHU COUNTY

Item Description Qty Unit Rate (KShs) Amount (KShs)

A

B

C

D

COLDROOM INSTALLATION 'All prices to be inclussive of duty and all other taxes current at the time of tendering. Supply, deliver, install, test and commission the cold storage equipment for fresh produce. They will be compartmentalised inbuilt refrigeration measuring 4900 x 4900mm, temperature ranges-30- 30degreesC.Dehumidification range between 25%to85%. Fresh air exchange. Solar powered and will be installed on site.complete with the following for coldroom installation. NOTE; COUNTRY OF ORIGIN SHALL BE APC(AFRICAN PACIFIC AND CARIBIAN COUNTRIES)/EUROPEAN UNION.

4 kw condensing unit/ refrigeration equipment. 1 NO

Evaporator/cooling unit 4kw. 1 NO

Complete refrigeration pipework 1 item

Sight glass. 1 NO

Solenoid valve 1 NO

Page 115: COUNTY GOVERNMENT OF UASIN GISHU

115

E

F

G

H

I

J

K

L

M

N

O

Thermostatic expansion valve. 1 NO

Low and high pressure cut-out 1 NO

Suction and delivery gauge 2 NO

Room thermostat 1 NO

Room thermometer 1 NO

Complete pipe work insulation 1 ITEM

Complete cold room insulation 1 ITEM

Cold room door 1 NO

Controls and control panel 1 NO

Testing and commissioning. 1 ITEM SUB TOTAL FOR MECHANICAL

SUB TOTAL X 4 UNITS.

TOTAL MECHANICAL WORKS CARRIED TO MAIN

SUMMARY

MECH/1

Page 116: COUNTY GOVERNMENT OF UASIN GISHU

H/1

1

SCHEDULE OF RATES, MATERIALS AND SPECIFICATIONS FOR INSTALLATION OF ELECTRICAL FOR THE PROPOSED CONSTRUCTION OF COLD ROOM FOR KIMUMU BAHATI MARKET

ITEM

DESCRIPTION QTY

UNIT

RATE AMOUNT (Kshs)

Supply ,install,test and commission the

following;

Supply and installation 30 Number solar panels of 12V

/300Watt.The Panels should be able to charge the batteries from 40% to 100% within 8 hours and

also it

should be monolithic and have manufacturers warranty

1 of 20-25 years 60 No

Solar Battery backup 200AH, 12v at avarage of 75 2 Kg,total battery 26pcs 52 No

Hybrid Inverter 10.0KW/48V/ 240V 50H SINGLE

Phase pure sign wave >99% efficiency Inverter with capacity to control charging and also convert the

DC

3 voltage to AC, Hybrid 2 No

Combiner box with protection fuses, main circuit 4 Breaker 2 No

Lighting point wired using 3x1.5mm2 pvc single

core cable drawn in 20mm PVC conduits concealed in walls and floors ,one way switched

5 but excluding the switch itself. 8 No

6 Ditto' but 1- way switched 4 No

7

6A 1 gang 1 way switch as MK or approved equal

4

No

Diffuse Flourescent fitting complete with 36W

CFL (Philips or equivalent) Lamp suitable for cold 8 room (and shoould be water proof) 8 No

32mm x 2 mm2 pvc single core cable drawin an 75mm

heavy gauge pvc conduits concealed in walls and

Page 117: COUNTY GOVERNMENT OF UASIN GISHU

H/2

2

9 floors .To link between solar and the batteries 80 M Total carried forward to summary page

-

Page 118: COUNTY GOVERNMENT OF UASIN GISHU

H/3

3

ITEM

DESCRIPTION QTY

UNIT

RATE AMOUNT (Kshs)

4-way sp consumer's unit as Schneider or

10 approved equal 2 No i) 5Amps MCB 2 No ii)32Amps MCB 4 No iii)Blank covers 2 No

13 Earthing comprising the following ;

(i) 1500mm×15mm diameter pure copper earth

electrode complete with clamp 2 No

(ii) 6.0mm2 sigle core gren/yellow earthing lead 6

M

(iii) Precast earthing inspection pit complete with Cover 2 No

Roof top solar mounting structure made In steel

angle lines or approved equaL with all accessories 55 SM

Total carried forward to summary page KSH

i)

ii)

SUMMARY Brought forward from page H1

Brought forward from page H2

Kshs

Kshs

GRAND TOTAL BROUGHT DOWN TO SUMMARY PAGE INCLUSIVE OF GOVT VAT

Page 119: COUNTY GOVERNMENT OF UASIN GISHU

Issued by the Public Procurement Oversight Authority in January, 2007

PROPOSED INSTALLATION OF COLD ROOMS AT KIMUMU- BAHATI MARKET IN UASIN GISHU COUNTY

ITEM DESCRIPTION PAGE

OFFICIAL USE TENDERER' S AMOUNT

KSH. CT. KSHS. CT GRAND SUMMARY

1 TOTAL FOR MECHANICAL WORKS FROM MECH/1 PAGE

2 TOTAL FOR ELECTRICAL WORKS FROM E/2 PAGE

3 Allow a provisional sum of Kenya shillings

One million (Ksh.1,000,000.00) only for contigencies to be spent at the discretion of the client as directed by Project Manager SUM

4 Allow for 2% of total Quoted Amount for SUM project management expenses to be spent as directed by the project manager

5 Allow a provisional sum of Kenya shillings fifty thousand( Kshs. 50,000.00) only for training and

SUM

commissioning TOTAL TENDER INCLUSIVE OF ALL

GOVERNMENT TAXES CARRIED TO FORM OF TENDER

Amount in Words: ……………………………………………………………………………………….

………………………………………………………………………………………..………..

Tenderer's Name and Stamp………...………………………………………………………………

Postal Address: …………………………………………………………………………..

Sub Contract (Electrical) Period……………………………………………………………………………………….

Signature: ……………………………. Date: …………………………………..

Page 120: COUNTY GOVERNMENT OF UASIN GISHU

5

UASIN GISHU COUNTY GOVERNMENT

5

Pin No…………………….…. VAT Certificate: ………………………

Witness: …………………………………………… Date: ……………………………...

Signature: …………………………………………… Address: ………………………………

I certify that the above information is correct. …………………………… ………………………… ……………………

(Title) (Signature) (Date) The prices inserted above shall be those prevailing 30 days before the submission of Tenders and shall be quoted in Kenya Shillings using the exchange rates specified in the Appendix to Form of Tender. Prices of imported materials to be quoted CIF Mombasa or Nairobi as appropriate depending on whether materials are imported by the tenderer directly or through a local agent. Transportation costs for imported materials to be quoted from Mombasa or Nairobi as appropriate to _______________(Contract Site) depending on whether materials are imported directly by the tenderer or through a local agent.

Page 121: COUNTY GOVERNMENT OF UASIN GISHU

6

UASIN GISHU COUNTY GOVERNMENT

6

LETTER OF NOTIFICATION OF AWARD

Address of Procuring Entity _____________________ _____________________ To: RE: Tender No. Tender Name This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you.

1. Please acknowledge receipt of this letter of notification signifying your acceptance. 2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter

but not earlier than 14 days from the date of the letter.

3. You may contact the officer(s) whose particulars appear below on the subject matter of this

letter of notification of award. (FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICER

Page 122: COUNTY GOVERNMENT OF UASIN GISHU

7

UASIN GISHU COUNTY GOVERNMENT

7

FORM RB 1

REPUBLIC OF KENYA

PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

APPLICATION NO…………….OF……….….20……...

BETWEEN

…………………………………………….APPLICANT

AND

…………………………………RESPONDENT (Procuring Entity)

Request for review of the decision of the…………… (Name of the Procuring Entity) of ……………dated

the…day of ………….20……….in the matter of Tender No………..…of …………..20…

REQUEST FOR REVIEW

I/We……………………………,the above named Applicant(s), of address: Physical address…………….Fax

No……Tel. No……..Email ……………, hereby request the Public Procurement Administrative Review

Board to review the whole/part of the above mentioned decision on the following grounds , namely:-

1.

2.

etc.

By this memorandum, the Applicant requests the Board for an order/orders that: -

1.

2.

tc

SIGNED ………………. (Applicant)

Dated on…………….day of ……………/…20…

Page 123: COUNTY GOVERNMENT OF UASIN GISHU

8

UASIN GISHU COUNTY GOVERNMENT

8

FOR OFFICIAL USE ONLY

Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of

………....20….………

SIGNED Board Secretary